J065--FY25 - ScriptPro Service and Support (Base + 3) Bronx
ID: 36C24225Q0359Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, 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 (VA) intends to award a sole source contract to ScriptPro USA Inc. for the maintenance and support of ScriptPro equipment at the James J. Peters VA Medical Center in Bronx, New York, covering the period from March 1, 2025, to February 29, 2029, with an option for three additional years. This contract will encompass comprehensive technical support, software updates, and parts for various ScriptPro systems, ensuring compliance with the manufacturer’s standards and operational effectiveness in VA healthcare facilities. As the only authorized service provider for these specific maintenance services, ScriptPro USA Inc. eliminates the need for competitive quotes, and interested parties have until February 23, 2025, to submit written notifications if they believe they can meet the service requirements. For further inquiries, contact Lisa Harris, Contract Specialist, at Lisa.Harris4@va.gov.

    Point(s) of Contact
    Lisa HarrisContract Specialist
    Lisa.Harris4@va.gov
    Lisa.Harris4@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding its intent to award a sole source contract to ScriptPro USA Inc. for maintenance and support of ScriptPro equipment at the James J. Peters VA Medical Center in Bronx from March 1, 2025, to February 29, 2029, with an option for three additional years. The contract will cover technical support, software updates, and parts for various ScriptPro systems, ensuring compliance with the manufacturer’s standards. ScriptPro USA Inc. is the only authorized service provider for these specific maintenance services, eliminating the need for competitive quotes. Interested parties have until February 23, 2025, to submit written notifications if they believe they can fulfill service requirements, after which the VA will proceed with the award if no other responses are received. The notice emphasizes the comprehensive nature of the service agreement, which includes full maintenance coverage, including labor and travel costs. This action underscores the VA's commitment to ensuring operational effectiveness in its healthcare facilities through specialized support agreements.
    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.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    7B22--Intent to Sole Source - Remote Access Server NIHS VAMC - Marion and Fort Wayne, IN
    Buyer not available
    The Department of Veterans Affairs intends to award a Sole Source contract for a Remote Access Server (RAS) to ScriptPro USA, LLC, for the Northern Indiana Healthcare System Veterans Affairs Medical Center located in Marion and Fort Wayne, IN. The procurement aims to enhance the pharmacy's operational efficiency by enabling real-time tracking of prescription metrics through the installation of remote access software for licensed users, allowing secure access to ScriptPro’s Workflow and Pharmacy Management Systems. This initiative is critical for improving service delivery to patients and managing prescriptions effectively, with the contract expected to be finalized by February 24, 2025. Interested parties may submit evidence of their capability to meet the requirements within five days of this notice, and all communications should be directed to Contracting Specialist Barbara Robertson at Barbara.Robertson@va.gov or by phone at 513-559-3722.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    SCRIPTPRO RX PAPER WORK PRINTERS
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking vendors to provide a ScriptPro Windows Upgrade with an RX Paperwork Interface to enhance the prescription processing system at the Wilmington VA Medical Center. The objective is to enable the printing of prescription paperwork, including FDA Medication Guides, on standard paper, thereby streamlining workflow and reducing the risk of privacy violations associated with misplaced documents. This procurement is crucial for improving operational efficiency by eliminating the need for specialized label printer paper and minimizing downtime caused by outdated equipment. Interested vendors are encouraged to submit their capabilities, including company details and product specifications, by February 28, 2025, to assist the VA in market research and planning for future procurement actions. For inquiries, vendors may contact Andrea Aultman-Smith at andrea.aultman-smith@va.gov or call 484-475-5619.
    J065--SUNSERVICE PREMIER SUPPORT CONTRACT
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Sun Nuclear Corp for the SunServices Premier Support Contract, which will provide essential maintenance and support for specialized medical equipment at the Richmond Veterans Affairs Medical Center (VAMC). This contract encompasses unlimited technical support, software updates, repair services, and preventative maintenance for devices such as the MultiMet-WL QA and Daily QA 3 Wireless, highlighting the unique and specialized nature of the services required. The contract is set to commence on May 1, 2025, with a base period and four option years, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at Natasha.Hawkins@va.gov or by phone at 757-316-3937. This notice serves to inform potential vendors of the procurement opportunity, although it does not constitute a request for competitive quotes.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    J065--646-25-3-068-0043 | PM&R Imaging Equip Ethicon NeuWave | NCO 4 Services 3 (VA-25-00046600)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a sole-source contract for the full-service maintenance of the Ethicon NeuWave Microwave Ablation System, which is critical for surgical procedures at the VA Pittsburgh Medical Center. The contract will ensure continuous reliability of the system and will run from April 1, 2025, through March 31, 2030, consisting of a one-year base period with four optional years. This specialized equipment maintenance is vital for maintaining high standards of patient care, requiring the contractor to provide preventative and corrective maintenance, guarantee 98% equipment uptime, and utilize manufacturer-approved parts. Interested vendors are encouraged to submit their capability statements to Contract Specialist Haley Snyder at haley.snyder@va.gov or by phone at 412-860-7204.