J065--VISN12 ScriptPro Equipment Maintenance and Support Services
ID: 36C25225Q0242Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, 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 to negotiate a sole-source contract with ScriptPro USA Inc. for the maintenance and support services of ScriptPro equipment, which is critical for sustaining existing operations within the Veterans Health Administration. This procurement is justified under 41 U.S.C. 1901, as ScriptPro is the only authorized vendor capable of providing these essential services, and the contract will be structured as a Firm-Fixed Price agreement for one year, with the option for three additional one-year extensions. Interested firms must submit written notification to the Contracting Officer, Robert Ruska, by February 10, 2025, demonstrating their capability to fulfill the requirements, including authorization from the Original Equipment Manufacturer. This notice serves as a special announcement and is not a solicitation for competitive quotes.

    Point(s) of Contact
    Robert RuskaContracting Officer
    (414) 844-4800
    Robert.Ruska@va.gov
    Files
    Title
    Posted
    The Great Lakes Acquisition Center (GLAC) plans to negotiate a sole-source contract with ScriptPro USA Inc. for the maintenance and support services of ScriptPro equipment. This acquisition is justified under 41 U.S.C. 1901, as ScriptPro is the only authorized vendor for these services, which are essential for sustaining existing operations. The contract will be a Firm-Fixed Price agreement, spanning one year with three potential one-year extensions. The associated NAICS code is 811210, with a business size standard of $34 million. Interested firms must submit written notification to the Contracting Officer, Robert Ruska, by February 10, 2025, with evidence demonstrating their capability to fulfill the requirements, including authorization from the Original Equipment Manufacturer. While responses may be evaluated, the decision to not compete the procurement is at the Government's discretion. This notice is not a solicitation for competitive quotes, indicating a definitive requirement for services already in use.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065 - Notice of Intent to Sole Source, Scriptpro Services and Support
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for technical and maintenance support services to ScriptPro USA, Inc., specializing in surgical and medical instrument manufacturing. The procurement aims to secure comprehensive maintenance and support for ScriptPro medication dispensing systems at the Southern Nevada Health Care Services, ensuring that the systems are maintained according to OEM specifications and that certified technicians provide the necessary services. This contract is critical for the operational success of the VA's healthcare services, as it guarantees the efficient and safe functioning of essential medical dispensing technology for veterans. Interested parties can direct inquiries to Gary Christensen at gary.christensen@va.gov or by phone at 650-493-5000 x65825, with the contract period set from February 1, 2025, to January 31, 2026, and options for three additional years.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Omnicell, Inc. for the maintenance and support of Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for two additional years, and will include comprehensive services such as replacement parts, technical support, software updates, and maintenance that adhere to the standards set by the Original Equipment Manufacturer (OEM). Omnicell, Inc. is recognized as the only authorized service provider for these specific services, which are critical for ensuring the operational efficiency of the pharmacy medication cabinets. Interested firms that believe they can meet the requirements are invited to submit written notifications by February 13, 2025, at 2:00 PM ET, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    Q517--Notice of Intent to Sole Source Pharmacy Dispensing Services KY State Veterans Homes
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 9, intends to award a sole-source contract for Pharmacy Dispensing Services to D & R Pharmaceutical Services, LLC, to support the Kentucky State Veterans Homes. The procurement will include both brand name and generic medications, IV solutions, and associated dispensing fees, with initial market research indicating that only D & R Pharmaceutical Services can fulfill these specific requirements. This contract is crucial for ensuring the provision of seamless pharmacy services to veterans residing in state homes. Interested parties may express their interest by submitting necessary information, including business size and socio-economic status, to Contracting Officer Angela Tucker via email by February 11, 2025, at 10:00 AM Central Time, as no phone inquiries will be accepted.
    J065--WASHINGTON DC VAMC | INTENT TO SOLE SOURCE | ALCON | BASE YEAR PLUS FOUR (4) OPTION YEARS | 02/15/2025 - 02/14/2026 ULTIMATE COMPLETION DATE 02/14/2030
    Buyer not available
    The Department of Veterans Affairs is issuing a sole source notice for a maintenance support contract with Alcon, covering essential medical equipment at the Washington DC Veterans Affairs Medical Center (VAMC) over a five-year period, which includes one base year and four option years from February 15, 2025, to February 14, 2030. The contract requires comprehensive maintenance services, including preventative and corrective maintenance, adherence to manufacturer guidelines, and timely service reporting, all while ensuring compliance with safety protocols and confidentiality of patient health information. This initiative underscores the VAMC's commitment to enhancing service capabilities through specialized contractors, particularly those owned by veterans, and emphasizes the importance of quality assurance and technical expertise in the procurement process. Interested vendors must submit their company information and demonstrate their qualifications by contacting Crystal Brown at crystal.brown5@va.gov by the specified deadlines.
    Q517--Intent to Sole Source Fill First Pharmacy Services
    Buyer not available
    The Department of Veterans Affairs intends to negotiate a sole source contract with Plisade-Heritage JV LLC for Fill First Pharmacy Services at the Salem Veterans Medical Center and its associated community-based outpatient clinics in Virginia. This procurement aims to provide first fill pharmacy services to VA beneficiaries, justified under VA Acquisition Regulation (VAAR) 819.7008, which permits sourcing from a Service-Disabled Veteran-Owned Small Business (SDVOSB). The contract, valued at approximately $45.5 million under NAICS code 524292, underscores the VA's commitment to delivering essential pharmaceutical services to veterans. Interested parties may submit written evidence of their capabilities by February 6, 2024, at 8 AM EST, with inquiries directed to Contracting Officer Byron Brown via email at Byron.Brown4@va.gov.
    J065--Carestream DRX PM and Repair Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 02, intends to solicit sole-source preventative maintenance and repair services for Carestream DRX equipment. The procurement aims to secure comprehensive support from Carestream Health, Inc., the original equipment manufacturer, which includes travel, labor, necessary equipment, software updates, and repair services for various DRX models. This service is critical for maintaining the functionality of medical equipment across multiple campuses in New York City, ensuring reliable healthcare delivery. Interested parties must submit their capability documentation by February 12, 2025, to Contract Specialist Lynn Krakowiak at Lynn.Krakowiak@va.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    DA10--EC2 Software Solutions | NMIS | Service
    Buyer not available
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 17, intends to award a sole source contract to ec2 Software Solutions for annual software support and updates for a duration of one year. This procurement is critical as ec2 Software Solutions has provided a proprietary letter asserting that they are the sole manufacturer and distributor of the required software products, which are not available from independent resellers in the United States. This notice serves to inform potential vendors that while this is not a solicitation for proposals, they may submit capability statements to demonstrate their qualifications; however, if no affirmative responses are received within seven days, the contract will be awarded to ec2 Software Solutions. Interested parties can contact Contract Specialist Gillian M. Hooge at gillian.hooge@va.gov or (210) 364-3724 for further information.
    DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.
    J065--GENEXPERT PREVENTATIVE MAINTENANCE SERVICE AGREEMENT
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Cepheid Inc. for the maintenance and repair services of GeneXpert systems at the Durham VA Medical Center in North Carolina. This procurement is essential to ensure the operational efficiency of the GeneXpert systems, which are critical for medical diagnostics and patient care. The government has determined that Cepheid Inc. is the only authorized vendor capable of providing these specialized services, and while this notice is not a request for competitive bids, expressions of interest from other contractors will be considered within three days of the notice. Interested parties should contact Contracting Officer Harold McQuillia at harold.mcquillia@va.gov for further information.
    6515--SCRIPTPRO EYECON PILL COUNTER
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the provision of an automated special staining instrumentation lease and bulk reagent purchase for two VA medical centers located in Missouri and Illinois. The procurement aims to identify contractors capable of supplying equipment that meets specific technical specifications, including barcode verification for accuracy and a minimum accuracy rate of 99.9%, while also being compatible with existing systems. This initiative is particularly significant as it emphasizes support for Service-Disabled Veteran Owned Small Businesses, although other options may be considered if insufficient responses are received. Interested parties must submit their capabilities, including company information and a capability statement, by February 19, 2025. For further inquiries, contractors can contact Contracting Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-758-9925.