J065--Omnicell Service and Maintenance
ID: 36C25925Q0196Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, 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 soliciting quotes for the maintenance and service of Omnicell pharmacy automation systems at the Eastern Colorado Health Care System. The procurement requires contractors to provide labor, parts, and equipment to ensure the operational efficiency of various Omnicell devices, with a focus on maintaining a 96% equipment uptime and offering 24/7 support for critical system failures. This service is crucial for the effective delivery of healthcare services, ensuring compliance with manufacturer standards and regulatory requirements. Interested parties must submit their quotes via email to Noaa Lanotte by 2:00 PM MT on February 10, 2025, and are encouraged to review the attached Statement of Work and Price Schedule for detailed requirements.

    Point(s) of Contact
    Noaa LanotteContracting Officer
    (303) 712-5794
    Noaa.Lanotte@va.gov
    Files
    Title
    Posted
    The U.S. Department of Veterans Affairs is soliciting quotes for the maintenance and service of Omnicell equipment, as outlined in solicitation number 36C25925Q0196. The RFQ requires interested parties to submit their proposals via email by 2:00 PM MT on February 10, 2025. Offerors must demonstrate technical capability and provide proof of certified technicians, while quotes must be complete and conform to the specific guidelines set forth, including restrictions against direct contact with VA personnel outside the designated contracting officer. The evaluation criteria will prioritize technical capability and price, allowing the government to select a bid that offers the greatest value. The solicitation is unrestricted, with a NAICS code of 811210, and there are no funds from the Recovery Act associated with this contract. Relevant documents include a statement of work and pricing schedule, both of which are essential for understanding requirements and bidding accurately. Compliance with federal acquisition regulations and other statutory obligations is mandatory for interested contractors.
    The "Register of Wage Determinations Under the Service Contract Act" by the U.S. Department of Labor outlines minimum wage requirements for federal contracts in Colorado. Wage Determination No. 2015-5419, revised as of December 23, 2024, specifies pay rates for various occupations, with rates set based on Executive Orders 14026 and 13658. Under these orders, contractors must pay covered workers at least $17.75 per hour for contracts initiated or renewed after January 30, 2022, or $13.30 per hour for contracts awarded between 2015 and January 29, 2022, unless a higher rate is indicated. The document contains detailed wage rates for various positions, including administrative support, automotive maintenance, health occupations, and protective services. It emphasizes fringe benefits such as health and welfare payments, paid sick leave under Executive Order 13706, vacation, and holiday entitlements. A significant section addresses the process for classifying unlisted occupations under the contract, requiring contractors to submit a conformance request using Standard Form 1444 to ensure fair pay and compliance with the Service Contract Act. The document underscores the government’s commitment to worker protection through established wage standards and benefits for contractors, central to federal procurement processes and ensuring fair compensation in public contracts.
    The document outlines a list of services and items requested under a federal Request for Proposal (RFP) related to healthcare and medicinal distribution systems. It includes various service categories aimed at pharmacy operations, such as licensing for central pharmacy clients, equipment for controlled substance dispensers, and barcode scanning systems. Each item is meticulously detailed with a specific reference, contract period beginning on March 1, 2025, and ending February 28, 2026. The purpose of the RFP aligns with enhancing pharmaceutical services and ensuring compliance with regulatory standards for healthcare delivery. The detailed breakdown includes service descriptions, required quantities, and associated product codes, highlighting a systematic approach to procurement aimed at modernizing and maintaining essential pharmacy functions. The document appears structured to facilitate clear communication of needs to potential service providers, ensuring transparency and alignment with legal frameworks in public health procurement. The primary focus remains on securing effective and compliant solutions for central pharmacy operations within government healthcare facilities.
    The Statement of Work outlines the maintenance and service requirements for various Omnicell pharmacy automation systems within the Eastern Colorado Health Care System. It specifies that the contractor must provide labor, parts, and equipment for an extensive list of Omnicell devices, ensuring their operation and compliance with manufacturer standards. The maintenance includes scheduled and unscheduled services, with provisions for 24/7 support and timely response for critical system failures. The contractor is responsible for ensuring equipment uptime of 96% and must use only new, standard parts during repairs. Documentation of all service activities must be maintained, detailing repairs, parts used, and approvals, in compliance with applicable laws and records management policies. The contractor's personnel must be fully qualified, equipped with appropriate training and certifications to perform the necessary tasks. Overall, this file serves as a comprehensive guide for the expected maintenance framework to promote efficient operation of critical healthcare equipment within the VA system, ensuring optimal service delivery and regulatory compliance.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    6515--Omnicell Medication Dispensing
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the procurement of Omnicell medication dispensing systems at the VA Prescott Healthcare System in Prescott, Arizona. The objective of this procurement is to upgrade existing medication dispensing units to ensure compliance with VA network security regulations and extend their usability until 2030, which includes providing the latest operating systems, peripherals, and conducting end-user training. This initiative is crucial for maintaining effective medication management and patient care within the VA healthcare system. Interested vendors must submit their written offers by February 7, 2025, and direct any inquiries to Contract Specialist Victor Oliveros at victor.oliveros@va.gov by February 4, 2025.
    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.
    DA10--PHILIPS IMAGING MEDICAL EQUIPMENT PMI
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services for PHILIPS Imaging Equipment utilized in diagnostics, including X-Ray, CT, and Ultrasound, at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure compliance with manufacturer instructions for adjustments, calibration, and parts replacement, thereby maintaining optimal operation of the medical equipment critical for veteran care. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses, and interested parties must submit their qualifications, including company information and a Capability Statement, by the specified deadline of 11:00 AM Pacific Time. For further inquiries, potential respondents can contact Contract Specialist David Odne at david.odne@va.gov or by phone at (562) 766-2328.
    6520--Ultrasonic Scaler
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting quotes for the procurement of nine Ultrasonic Scaler and Air Polishing Systems under solicitation number 36C26225Q0425, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to enhance dental care services at the VA Phoenix Healthcare System, requiring equipment that meets specific technical specifications, including compatibility with existing handpieces and features such as wireless foot pedals and ergonomic designs. Interested vendors must submit their quotes electronically by February 6, 2025, demonstrating compliance with the salient characteristics outlined in the solicitation, with delivery expected within 90 days after order receipt. For further inquiries, vendors can contact Contract Specialist John Harrison at john.harrison2@va.gov or by phone at 562-766-2267.
    J065--Candela VBeam Perfecta Preventative and Corrective Maintenance at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide preventative and corrective maintenance services for the Candela VBeam Perfecta laser unit at the Greater Los Angeles VA Healthcare System. The contractor will be responsible for all necessary labor, materials, and parts to ensure optimal performance of the equipment, including scheduled preventive maintenance inspections and timely corrective repairs. This contract is crucial for maintaining high standards of medical equipment functionality, thereby supporting the healthcare services provided to veterans. Interested parties must submit their quotations by February 14, 2025, to Contract Specialist Loan Dho at loan.dho@va.gov, with the contract expected to span one base year and four optional one-year extensions.
    7H20--VISN22 Data Innovations IM Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide maintenance and support services for the Data Innovations Instrument Manager within the VISN 22 healthcare systems. This procurement aims to establish a contract for a base year with four optional years, ensuring ongoing support for middleware that integrates laboratory instruments with the electronic Health Care Record (VistA). The services are critical for maintaining efficient laboratory operations and ensuring quality patient care across VA facilities. Interested parties must submit their responses by February 10, 2025, at 1:00 PM Pacific Time, and can direct inquiries to Contract Specialist Samuel Han at samuel.han@va.gov or by phone at 562-766-2314.
    762-25-1-040-0444 & 766-25-1-400-0134-Tucson & Charleston/Ladson CMOPs Med/Surg items.
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the procurement of medical and surgical items for its Consolidated Mail Order Pharmacy (CMOP) facilities located in Tucson and Charleston/Ladson. This opportunity specifically requires vendors to supply unique medical supplies, including catheters and female condoms, which have been determined to have no acceptable substitutes, necessitating a brand-name single-source procurement. The acquisition is crucial for ensuring that VA physicians can provide appropriate care to patients, with compliance to the Buy American Act and other regulatory requirements being paramount. Interested vendors must submit their quotes by February 11, 2025, at 4 PM Central Standard Time, and can contact Jennifer L Knight at jennifer.knight@va.gov or 913-684-0162 for further information.
    6505--766-25-1-400-0133 -Charleston CMOP *CS 5A- 2 PHARMACEUTICALS (CONTROLLED SUB) -(VA-25-00022099)
    Buyer not available
    The Department of Veterans Affairs is seeking vendors to provide pharmaceuticals for the Consolidated Mail Outpatient Pharmacy (CMOP) located in Ladson, Charleston, South Carolina. The procurement involves submitting a Request for Quotation (RFQ) for various pharmaceutical products, with specific requirements including valid state wholesale distributor licenses, adherence to the Drug Supply Chain Security Act, and the inclusion of barcodes on all products. This initiative is crucial for ensuring the timely and compliant delivery of medical supplies to support veterans' healthcare needs. Interested vendors must submit their quotes by February 6, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Kelley Cunningham at kelley.cunningham@va.gov for further information.
    36C25725Q0072 Virtual Pharmacy Service
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide Virtual Pharmacy Services for the Amarillo VA Medical Center under solicitation number 36C25725Q0072. The contractor will be responsible for processing medication orders through a secure web-based system, ensuring accuracy and compliance with VA standards, with a contract structure classified as Indefinite Delivery Indefinite Quantity (IDIQ) and a firm-fixed price estimated between $5,800 and $450,000 over five years. This service is crucial for maintaining the quality of healthcare provided to veterans, emphasizing the importance of timely and accurate medication management. Interested contractors must register in the System for Award Management (SAM) and direct inquiries to Contract Specialist Carolyn Reneau at carolyn.reneau@va.gov, with contract performance expected to commence on August 1, 2025.
    J065--Leica Histocore Service VASTLHCS
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide a service agreement for the maintenance and repair of the Leica Histocore Peloris 3 system at the VA St. Louis Healthcare System. The procurement aims to ensure reliable operation of this critical diagnostic equipment through comprehensive preventative and corrective maintenance services, utilizing only Original Equipment Manufacturer (OEM) parts. This contract will cover a performance period from March 15, 2025, to March 14, 2026, with the possibility of four additional option periods. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by February 10, 2025, to Contract Specialist Arlie Lindsey at arlie.lindsey@va.gov, including essential business details and qualifications.