ScriptPro Robotic Prescription Dispensing System Installation & Software Beaumont/Lufkin & Houston - locations
ID: 36C25625Q0823Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs (VA) is planning to award a sole-source contract to ScriptPro USA, Inc. for the installation of the Eyecon 9430 Robotic Prescription Dispensing System at locations in Houston and Lufkin, Texas. This procurement aims to enhance pharmacy services within the VA healthcare system by utilizing advanced robotic technology to improve efficiency and operational effectiveness. The decision to proceed with ScriptPro as the sole source is based on the determination that they are the only responsible entity capable of fulfilling the requirements under Federal Acquisition Regulation (FAR) 6.302-1. Interested parties may submit evidence of their capability to meet this requirement to Oney Kelly at Oney.kelly@va.gov by 1:00 PM Central Time on April 28, 2025, as no competitive bids or proposals will be accepted.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16), plans to award a sole-source contract to ScriptPro USA, Inc. for the installation of the Eyecon 9430 Robotic Prescription Dispensing System in Houston and Lufkin, Texas. This decision stems from the determination that ScriptPro is the only responsible source capable of fulfilling this requirement under the Federal Acquisition Regulation (FAR) 6.302-1. The notice indicates that this is not a request for competitive bids or proposals, as no solicitation will be issued. Interested parties may present evidence of their capability to fulfill the requirement by a specified deadline. The document provides a detailed list of necessary equipment and software associated with the installation, including various robotic components and management systems, intended to enhance pharmacy services. The strategic focus of this procurement emphasizes efficiency and effective pharmaceutical operations within the VA healthcare system.
    Similar Opportunities
    6515--VELYS ROBOTIC ORTHO KNEE REPLACEMENT SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 22, intends to award a sole source, firm-fixed-price contract to Depuy Synthes Sales Inc for the provision of the VELYS Robotic Assisted Knee System, which is essential for knee replacement procedures at the Veterans Affairs Long Beach Healthcare System (VALBHS) in Long Beach, CA. This procurement is justified under FAR 6.302-1, as Depuy Synthes Sales Inc is the sole manufacturer of the VELYS system, which is exclusively compatible with the existing Depuy Attune Knee System utilized at the facility. The VELYS Robotic Assisted Knee System is critical for enhancing the precision and effectiveness of knee surgeries performed at VALBHS. Interested parties may submit documentation demonstrating their capabilities by 9:00 AM PT on December 29, 2025, to Jonathan C. Ford at Jonathan.Ford1@va.gov, as the government will consider these responses to determine if a competitive procurement is feasible. All prospective contractors must be registered in the System for Award Management (SAM) to be eligible for award.
    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.
    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.
    6515--Aethon Zena Rx Smart Autonomous Mobile Robots, Durham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, intends to award a sole source contract to Aethon Inc. for the procurement of four Aethon Zena Rx smart autonomous mobile robots for the Durham VA Medical Center. This procurement is critical for enhancing operational efficiency in medical supply management and falls under NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing. The contract will be executed for a one-year period, and interested vendors must submit their capabilities to the primary contact, Monique Cordero, at monique.cordero@va.gov by December 22, 2024, at 10:00 AM EST. It is important to note that gray market items will not be accepted, and vendors must provide authorization letters to ensure compliance with OEM warranty and service requirements.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    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.
    6505--Notice of Intent to Award a Sole Source Procurement - Xofigo Radium-223 dichloride
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to Cardinal Health for the procurement of 660 units of XOFIGO® (Radium-223 dichloride). This procurement is based on a letter from Bayer Healthcare, which designates Cardinal Health as the sole distributor of XOFIGO® in the United States, highlighting the critical nature of this pharmaceutical in treating specific medical conditions. Interested parties may submit capability statements or proposals within seven days of the notice's publication, with the deadline set for December 19, 2025; otherwise, the contract will be awarded to Cardinal Health without further notice. For inquiries, contact Vance Farrell at vance.farrell@va.gov or call 210-694-6379.
    J059--629-26-2-690-0017, Aethon TUG Service Contract (VA-26-00030200)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract for TUG Fleet Maintenance services for smart autonomous mobile robots at the Southeast Louisiana Veterans Health Care Service. This contract, designated for ST Engineering Aethon INC, is based on the authority of 41 U.S.C 253(c)(1) - FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The maintenance services are crucial for ensuring the operational efficiency of these advanced robotic systems, which play a significant role in enhancing patient care and operational workflows within the facility. Interested parties may submit their capabilities statements to Kimberly Anderson at kimberly.anderson6@va.gov by January 2, 2026, at 3:00 PM CST, referencing solicitation number 36C25626Q0253. The contract period is set from February 1, 2026, to December 31, 2026.
    J065--BD Carefusion Support | Base 4 OY's Intent to Sole Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10 in Cincinnati, Ohio, intends to negotiate a sole source, Firm-Fixed Price Contract with Carefusion for an Alaris Software Service Agreement. This procurement is aimed at supporting the Cincinnati VA Medical Center and is being conducted in accordance with FAR Subpart 13.2. The Alaris Software Service Agreement is crucial for maintaining the operational efficiency of medical equipment used in veteran healthcare services. Interested contractors may submit capabilities statements or quotations by December 24th at 8:00 a.m. Eastern Time to Christopher Council, Contracting Officer, via email at Christopher.Council@va.gov; however, the government will not reimburse any costs incurred in response to this notice.
    6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide Scanning Systems: Laser: Optical Biometry, specifically the Zeiss® IOL Master 700 or equivalent, for a national single-requirements contract. This procurement aims to ensure accurate intraocular lens power calculations essential for cataract surgeries performed at VA medical centers across the United States. The systems are critical for measuring eye anatomical characteristics, which directly impact the success of cataract procedures, with approximately 70,000 surgeries conducted annually within the VA. Interested vendors must respond to the Sources Sought Notice by providing technical literature demonstrating compliance with specified salient characteristics, company details, and service plan information. For inquiries, contact Lisa Thompson at lisa.thompson10@va.gov or 303-712-5773.