J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
ID: 36C25626Q0251Type: Special Notice
Overview

Buyer

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

NAICS

Custom Computer Programming Services (541511)

PSC

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

    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.

    Point(s) of Contact
    Joseph WarrenContracting Officer
    (479) 444-5011
    joseph.warren@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 16, intends to award a sole-source, firm fixed price contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System (CAVHS) in Little Rock, AR. This procurement, under FAR Parts 12 and 13, is justified by Omnicell, Inc. being the only vendor capable of providing these services. The contract will cover a base year plus four option years for software maintenance and support, including bug fixes, minor upgrades, and telephone support. The document emphasizes stringent information security and privacy requirements, particularly concerning Protected Health Information (PHI) and Personally Identifiable Information (PII). Contractors must comply with federal and VA regulations, undergo security background checks, complete mandatory training, and adhere to strict data handling, storage, and disposal protocols. Liquidated damages of $37.50 per affected individual will be imposed for data breaches. This notice is not a request for competitive proposals, but interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025.
    Lifecycle
    Similar Opportunities
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    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.
    J065--RFI/SSN- Maintenance and services for government Steris Sterilization CAVHS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking qualified contractors to provide maintenance and services for Steris Sterilization units at the Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, Arkansas. The procurement requires contractors to supply all necessary labor, tools, materials, OEM-certified personnel, and equipment for installation, maintenance, calibration, inspections, and repairs, with a focus on ensuring compliance with safety standards and timely service response. This opportunity is critical for maintaining the operational efficiency of sterilization equipment essential for healthcare services, and the government anticipates a competitive, firm fixed-price contract with a one-year term and four option years. Interested parties must submit their responses, including company details and qualifications, by December 19, 2025, to Contracting Officer Anthony Marion at anthony.marion2@va.gov.
    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.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    DH10--MOD to add Oracle integration service to contract 36C25226P0010 VISN 12 Data Innovations Universal Lab Interface
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source modification to contract 36C25226P0010 with Data Innovations, LLC, to integrate Oracle integration services into the VISN 12 Data Innovations Universal Lab Interface across seven VA medical centers. This modification is necessary as Data Innovations, LLC is the only authorized provider for these services, ensuring compliance with the statutory authority under 41 U.S.C. 1901 and FAR 13.106-1(b)(2). The procurement emphasizes the requirement for new, Original Equipment Manufacturer (OEM) items, free from gray market or counterfeit goods, as outlined in VAAR 852.212-71. Interested firms must submit their capability statements, including OEM authorization and proof of licensing, by 10:00 AM CDT on December 16, 2025, to Eileen Meyer at eileen.meyer@va.gov.
    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.
    7E21--Philips HL7 Cardiovascular Extensions
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to award a sole source contract to Philips North America LLC for the provision of Philips HL7 Cardiovascular Extensions, required by the Butler VA Medical Center. This procurement is being conducted under the authority of FAR 8.405-6(b) and will utilize Simplified Acquisition Procedures, resulting in a firm fixed-price Federal Supply Schedule delivery order. The Philips HL7 Cardiovascular Extensions are critical for enhancing the medical center's cardiovascular data management capabilities. Interested parties should note that this notice serves as an intent to award and not a request for competitive proposals, with the solicitation number being 36C24426Q0157 and a response date of December 16, 2025. For further inquiries, contact Contract Specialist Joanne Skaff at joanne.skaff@va.gov.
    NOTICE OF INTENT TO SOLE SOURCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 07, intends to award six sole-source contracts to the Medical University of South Carolina for on-call physician services at the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. These contracts, each lasting 12 months, will cover specialties including Gynecology, Orthopedic, Otolaryngology, Plastic Surgery, Urology, and Vascular Surgery, ensuring that care meets or exceeds national standards. This procurement is critical for providing specialized medical services to eligible veterans, with the contract period set from February 1, 2026, to January 31, 2027. Interested parties must submit a capabilities statement by 1:00 PM CDT on December 19, 2025, to Wyona Davis at wyona.davis@va.gov, demonstrating their ability to compete effectively for this opportunity.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.