J065--**NOTICE OF INTENT TO SOLE SOURCE*** Service Maintenance for ARxIUM Optifill II and FastPak Elite Equipment
ID: 36C26126Q0282Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs is seeking a sole-source contract with ARxIUM, Inc. to provide comprehensive service maintenance and technical support for the Optifill II and FastPak Elite 336 equipment located at the Acute Care Clinic on the Tripler Army Medical Center campus in Honolulu, Hawaii. The contract will ensure 24/7 technical support and service maintenance, including preventive maintenance visits, hardware replacement, and remote diagnostics, with a base period of six months starting January 1, 2026, and an option for a six-month extension. This equipment is critical for the efficient operation of the VA Pacific Health Care System, emphasizing the importance of reliable maintenance services. Interested parties can contact Brandy P. Gastinell at Brandy.Gastinell@va.gov for further information regarding this opportunity.

    Point(s) of Contact
    Brandy P GastinellContract Specialist
    Brandy.Gastinell@va.gov
    Files
    Title
    Posted
    This government solicitation, 36C26126Q0282, is a sole-source Request for Quotation (RFQ) issued by the Department of Veterans Affairs, Network Contracting Office (NCO) 21, to ARxIUM Inc. for a Service Contract Agreement. The agreement aims to provide 24/7 technical support and maintenance for ARxIUM's Optifill II and FastPak Elite 336 equipment located at the Acute Care Clinic (ACC) on the Tripler Army Medical Center campus in Honolulu, Hawaii. The contract includes a 6-month base period from January 1, 2026, to June 30, 2026, with an option for a 6-month extension. Key services include 24/7 telephone and remote support, on-site preventive maintenance visits, hardware replacement, and remote diagnostics. The document also details comprehensive security and privacy requirements for contractors accessing VA information systems, including mandatory training, incident reporting, and potential liquidated damages for data breaches. Invoicing will be handled electronically through Tungsten, a third-party contractor for the VA Financial Services Center.
    The Quality Assurance Surveillance Plan (QASP) outlines the systematic method for evaluating contractor performance for government contracts. This living document details what, how, and who will monitor performance, and how results will be documented. It emphasizes that the contractor is responsible for quality control, while the Government ensures objective and fair evaluation, coordinating any QASP revisions with the contractor. Key government roles include the Contracting Officer (CO) and the Contracting Officer's Representative (COR), who oversee surveillance activities and ensure contract compliance. Contractor representatives, such as the Sales Executive, are also identified. Performance standards are defined, with quarterly reports provided by CORs to the CO. Incentives are based on performance ratings, which range from Exceptional to Unsatisfactory, determined by metrics like system uptime, response times, and key personnel duties. Surveillance methods include periodic COR meetings and user feedback. Performance documentation, including Contract Discrepancy Reports (CDRs), will be used for contractual actions and annual performance assessments. The frequency of measurements and performance reporting is also specified.
    This Business Associate Agreement between the Department of Veterans Affairs Veterans Health Administration (VHA) and ARxlUM, Inc. outlines the requirements for handling Protected Health Information (PHI) under HIPAA and HITECH Acts. ARxlUM, Inc. will provide break-fix services to VHA, necessitating the use and disclosure of PHI. The agreement defines terms like "Business Associate" (ARxlUM, Inc.) and "Covered Entity" (VHA), establishing that PHI remains VHA's property. ARxlUM, Inc. must implement safeguards, notify VHA of breaches within 24 hours, and provide detailed written reports within ten business days. It also mandates that contractors and subcontractors comply with similar PHI protection standards within U.S. jurisdiction. VHA is responsible for not requesting impermissible PHI uses and notifying ARxlUM, Inc. of any restrictions. The agreement is subject to automatic termination, review every two years, and can be terminated for cause in case of material breach. Both parties agree to amend the agreement as needed to comply with HIPAA Rules, ensuring the secure and compliant handling of sensitive health data.
    This government file is a wage determination (No. 2015-5689, Revision 27, dated 12/03/2025) issued by the U.S. Department of Labor, Wage and Hour Division. It specifies minimum wage rates and fringe benefits for various occupations under the Service Contract Act in American Samoa, Hawaii, and Johnston Island. The document outlines wage rates for administrative, automotive, food service, furniture maintenance, general services, health, information and arts, information technology, instructional, laundry, machine tool, materials handling, mechanics, personal needs, plant and system operations, protective service, recreation, stevedoring/longshoremen, technical, and transportation occupations. It also details benefits such as health and welfare, vacation, and holidays, and includes specific footnotes for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Additionally, the file addresses hazardous pay differentials, uniform allowances, and the conformance process for unlisted job classifications, emphasizing compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors).
    Similar Opportunities
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J036--Hines CMOP KNAPP Hotline and Preventative Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm fixed price contract to KNAPP, Inc. for the provision of hotline and maintenance services for proprietary pharmaceutical dispensing equipment at the Consolidated Mail-Out Pharmacy (CMOP) in Hines, IL. The procurement includes scheduled and unscheduled maintenance services, as well as 24/7 emergency telephonic technical support for two KNAPP pharmaceutical auto-picker UUA-SDA banks, ensuring that services are provided without voiding existing warranties. This contract is critical for maintaining the operational efficiency of the pharmacy's dispensing systems, as KNAPP is the exclusive manufacturer capable of servicing its proprietary equipment. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further details.
    J065--IV Prep Host Conversion Support to Oracle Cerner (VA-26-00029253)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking to award a sole-source contract to Carefusion Solutions, LLC for IV Prep Host Conversion Support Services, aimed at integrating the current Federal Electronic Health System with Oracle Health (Cerner) at the VA Northern Indiana Healthcare System in Fort Wayne, IN. The contractor will be responsible for providing all necessary equipment, parts, labor, supervision, and transportation to facilitate this integration, with services scheduled to be performed from December 26, 2025, to December 25, 2026. This procurement is critical for enhancing the efficiency and effectiveness of healthcare delivery to veterans, ensuring a seamless transition to the new electronic health record system. Interested parties must submit any responses demonstrating a competitive advantage by December 24, 2025, at 13:00 ET to Contract Specialist Kristina L. Peart at kristina.peart@va.gov.
    Pharmacy Outpatient Automation Maintenance and Support Services
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking maintenance and support services for the Pharmacy Operations Automation Support (POAS) systems utilized at overseas Military Treatment Facility (MTF) Pharmacies, specifically for equipment manufactured by Parata Systems LLC. The procurement aims to ensure the continued functionality and reliability of pharmacy automation systems critical for efficient pharmaceutical operations in military healthcare settings. Interested vendors can reach out to Leslie Nelson at leslie.s.nelson7.civ@health.mil or call 703-681-4267 for further details regarding this opportunity. The place of performance for this contract will be in Falls Church, Virginia, with the specific notice type being a justification for the procurement.
    6515--550-26-1-985-0034 InstyMed Dispenser System (VA-26-00024776)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a limited source contract with InstyMeds for the procurement of an InstyMed Dispenser System, specifically for use at the Danville VA Medical Center and various Community-Based Outpatient Clinics (CBOCs). The VA requires four InstyMed Medication Dispensing Systems to enhance the efficiency of medication delivery from provider orders to patients, ensuring timely access to medications. This automated system is critical for pharmacy operations, offering features such as location-specific formulary management, real-time inventory tracking, and integration capabilities with existing systems like Vista, with potential for future compatibility with Cerner. For further inquiries, interested parties can contact Vernise L. Newton at vernise.newton@va.gov or by phone at 414-844-4800 x43248.
    Pharmacy Will Call Solution - Parata - IntelliCab
    Dept Of Defense
    The Defense Health Agency (DHA) is planning to award a sole source contract for the relocation and installation of Parata - IntelliCab cabinets, which are essential for pharmacy operations within the Department of Defense. The procurement aims to engage Parata Systems, the Original Equipment Manufacturer (OEM), to ensure the proper setup of these medical equipment cabinets, which play a critical role in enhancing pharmacy efficiency and patient care. The contract is expected to be a firm-fixed-price agreement with a performance period of one month, and interested parties may submit capability statements for consideration. For further inquiries, potential contractors can reach out to Saera Khan at saera.khan.civ@health.mil.
    VA Direct to Patient supply services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to provide direct delivery supply services for medical and surgical items to Veteran patients through its Consolidated Mail Outpatient Pharmacy (CMOP) program. The contractor must demonstrate at least two years of experience, the capacity to process approximately 14 million prescriptions annually, and the ability to maintain compliance with federal and state regulations while ensuring a 48-hour average turnaround time for prescription fulfillment. This opportunity is critical for ensuring timely access to essential medical supplies for Veterans, with the contract structured to reimburse vendors per filled prescription at government contract prices, plus handling fees. Interested vendors must submit a capabilities statement to the primary contact, Phillip Reuwer, at Phillip.Reuwer@va.gov by January 11, 2026, with any questions directed to the same contact before January 8, 2026.
    J065-- PM SVC OF ALL PHILIPS IMAGING MEDICAL EQUIP
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for Government-owned Philips Imaging Equipment at the VA Greater Los Angeles Healthcare System and other facilities within Veterans Integrated Service Network (VISN) 22. The contractor must be trained and certified to perform maintenance and repairs in accordance with Original Equipment Manufacturer (OEM) specifications, ensuring that the equipment maintains a 98% uptime rate, which is critical for patient diagnostics. Interested parties are required to submit their company information, including Unique Entity ID, Cage Code, Tax ID, business type, and a capability statement by December 26, 2025, at 11 AM Pacific Time, to Contract Specialist David Odne at david.odne@va.gov. The NAICS code for this acquisition is 811210, with a size standard of $34 million, and the VA is mandated to consider Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    J065--Patient Bed Maintenance Service Contract - POP: 02/01/2026 - 01/31/2031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide a Patient Bed Maintenance Service Contract for the Phoenix Veterans Affairs Healthcare System, covering preventative and corrective maintenance for 176 Med-Surg beds, 5 ICU beds, and 4 Bariatric beds. The contract will span from February 1, 2026, to January 31, 2027, with four optional one-year extensions available, emphasizing the need for certified technicians to ensure compliance with manufacturer recommendations and timely service. This maintenance service is crucial for maintaining the functionality and safety of medical equipment used in patient care. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their proposals by January 13, 2026, at 10:00 AM PST, to Contract Specialist Barry Bland at barry.bland@va.gov.