J065--TCGRx Pharmacy Contract
ID: 36C24225Q0336Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

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

    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Chudy Group LLC for TCGRx Pharmacy services, focusing on the maintenance and service of TCGRx equipment at the James J. Peters VA Medical Center in Bronx, NY. This firm-fixed price contract will commence on September 1, 2025, with an option for four additional renewal years, ensuring the continued functionality of critical medical equipment used in veteran care. Interested vendors are encouraged to express their capabilities by February 18, 2025, although this notice does not solicit competitive bids; responses will be evaluated to determine if competitive procurement is necessary. For further inquiries, potential contractors may contact Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.

    Point(s) of Contact
    Lee KernContract Specialist
    (607) 664-4748
    Lee.Kern@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Chudy Group LLC for TCGRx Pharmacy services. This firm-fixed price contract includes a base year starting on September 1, 2025, with four optional renewal years. The contract aims to deliver full service and maintenance for TCGRx equipment at the James J. Peters VA Medical Center in Bronx, NY. Interested parties may express their interest and capabilities by February 18, 2025; however, this notice is not a request for competitive bids. Responses will be assessed to determine if competitive procurement is warranted. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit documented capabilities via email to Contract Specialist Lee Kern. The announcement seeks to inform potential contractors while clarifying that the VA will not cover any costs incurred during the response process. This communication aligns with federal contracting procedures and reflects an effort to ensure proper equipment maintenance for veteran services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J065--Notice of Intent to Sole-Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to The Chudy Group, LLC for a Service Agreement concerning the TCGRX ATP2 Pharmacy Pouch Packaging Equipment. This procurement is being conducted under Simplified Acquisition Procedures as outlined in FAR 6.302-1, which permits negotiations with a single responsible source when no other options can fulfill the agency's requirements. The specialized service is critical for the VA's operations, emphasizing the unique capabilities of the designated contractor. Interested parties may submit their capabilities for consideration, but all communications regarding this intent must be directed to Contract Specialist Jennifer Nowak via email at Jennifer.Nowak@va.gov. Responses are due by 2 PM EST on February 19, 2025, and it is important to note that the government will not compensate for any information submitted.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Omnicell, Inc. for the maintenance and support of government-owned Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a one-year base period starting March 15, 2025, with options for two additional years, and will include comprehensive services such as maintenance, repairs, software updates, and technical support to ensure compliance with original equipment manufacturer standards. This procurement is critical for maintaining high standards of patient care through reliable equipment servicing, as Omnicell, Inc. is the only authorized provider for these services. Interested firms may submit written notifications of their capability to meet the requirements by February 19, 2025, at 2:00 PM ET, directed to Contract Specialist Lisa Harris via email at Lisa.Harris4@va.gov.
    6515--VISN22 ScriptPro Brand name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of the ScriptPro Pharmacy Management System, with an emphasis on brand name or equal products. This solicitation, identified as RFQ 36C26225Q0148, aims to enhance pharmacy automation across various VA medical facilities within VISN 22, ensuring compatibility with existing technology and compliance with specified requirements. The contract will involve the delivery of both hardware and software components essential for improving operational efficiency in veteran healthcare services. Interested vendors must submit their bids by February 18, 2025, at 7:00 AM PST, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.
    6515--528-25-2-6085-0021 / ScriptPro - Eyecon Model 9420 & Barcode Scanners for Bath & Canandaigua
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Quotations (RFQ) for the procurement of ScriptPro's Eyecon Model 9420 and barcode scanners for use at the Bath and Canandaigua VA Medical Centers. This procurement aims to enhance pharmacy operations by improving medication management and reducing human errors through accurate drug verification and inventory tracking. The estimated contract value is $25,224.96, with a contract period running from early March 2025 to late August 2025. Interested vendors must submit their responses by February 19, 2025, at 12 PM Eastern Time, and can contact Contract Specialist Erskine Shoulars at Erskine.Shoulars@va.gov for further information.
    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.
    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.
    J065--Q-Matic Service and Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole source contract to Alvarez, LLC for a Q-matic Patient Journey Management Solutions Service and Maintenance Agreement. This contract, structured as a One-Time, Firm Fixed Price, 5-Year Blanket Purchase Agreement, aims to provide maintenance and support services within the VISN1 Healthcare System, ensuring the continuity of patient journey management systems. The VA's approach to this procurement underscores its commitment to supporting service-disabled veteran-owned small businesses (SDVOSB) while adhering to statutory provisions that allow for restricted competition. Interested parties must express their interest by February 14, 2025, although the final decision to proceed with the sole source award will be at the discretion of the contracting officer. For further inquiries, interested parties can contact Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide medical equipment as part of the "DEC 2024 Equipment Only Consolidation" initiative. This procurement focuses on acquiring high-tech medical imaging equipment, specifically targeting the needs of the National Acquisition Center (NAC) for various modalities, with a particular emphasis on compliance with technical specifications and service availability. The equipment is crucial for enhancing healthcare services provided to veterans, ensuring that facilities are equipped with state-of-the-art technology to improve diagnostic capabilities and patient care. Interested vendors must submit their offers by April 9, 2025, with a deadline for questions set for February 19, 2025. For further inquiries, vendors can contact Contract Specialist Hermann A Degbegni at hermann.degbegni@va.gov.
    6515--Omnicell CHIP-IN Computerized Cabinets Equipment Pharmacy
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the provision and installation of Omnicell Computerized Supply Storage Cabinets at the new Tulsa VA Medical Center, which is set to open in September 2025. The contractor must deliver equipment that is compatible with existing Omnicell systems within the Eastern Oklahoma VA Health Care System, with key requirements including installation by October 2025, comprehensive staff training, and one year of ongoing support post-installation. This procurement is crucial for enhancing medication inventory and management capabilities, thereby reinforcing the VA's commitment to efficient healthcare service provision. Proposals are due by February 25, 2025, and questions will be accepted until February 19, 2025; interested parties can contact Contract Specialist Robert M. Clark Jr. at robert.clark15@va.gov or by phone at 254-661-4699 for further information.
    6515--(Shawn Lawrence) 689-25-2-4829-0031: Steris Sterilizers (VA-25-00033083)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to STERIS Corporation for comprehensive maintenance services of STERIS Sterilizers at the Veterans Health Administration Connecticut Healthcare System's West Haven and Newington Campuses. This contract will include an initial base year of service, with the option for four additional years at the discretion of the government, emphasizing the critical need for reliable sterilization equipment in healthcare settings. Interested parties are invited to submit capability statements for future procurement considerations to Shawn Lawrence at Shawn.Lawrence@va.gov by 3:00 PM EST on February 14, 2025. This procurement follows simplified acquisition procedures as outlined in FAR 13-501 and does not constitute a request for quotes or solicit offers.