J065--Omnicell Maintenance Service and Support
ID: 36C25724Q1018Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, 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 conducting a market research initiative to acquire maintenance and support services for Omnicell automated storage and dispensing units at the North Texas Health Care System in Dallas, Texas. The procurement aims to ensure the ongoing maintenance, repair, and support of these critical units, which are essential for the safe dispensing of medical supplies to patients. This notice indicates the government's intent to sole source the contract to Omnicell Service and Support, emphasizing that interested contractors may submit capability statements to determine if competition is feasible. Responses must be directed to Contract Specialist Michelle Cunningham by 8:00 AM Central Time on September 23, 2024, and all interested parties must be registered in the System for Award Management (SAM) and authorized dealers or resellers of the OEM to be eligible for consideration.

    Point(s) of Contact
    Michelle CunninghamContract Specialist
    (254) 408-1652
    michelle.cunningham@va.gov
    Files
    Title
    Posted
    The Sources Sought Notice issued by the Department of Veterans Affairs is a market research initiative aimed at acquiring maintenance and support services for Omnicell automated storage and dispensing units essential for medical operations at North Texas Health Care System. The notice details that the government intends to sole source the procurement to Omnicell Service and Support, as these items are critical for ensuring the safe dispensing of medical supplies. While this is not a request for competitive quotes, contractors are invited to submit capability statements to aid in determining if competition is feasible. Respondents must be registered in the System for Award Management (SAM) and be OEM authorized dealers or resellers to maintain warranty and services as per OEM terms. All responses should be directed to Contract Specialist Michelle Cunningham by 8:00 AM Central Time on September 23, 2024. The notice emphasizes that it serves informational purposes and does not constitute a binding contract. Respondents are responsible for their costs in replying, and submissions will not be returned.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J065--INTENT TO SOLE SOURCE OMNICELL PHARMACY EQUIPMENT PM&R
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for preventive maintenance of OMNICELL pharmacy equipment and Omni Center Server software, specifically at the Phoenix VA Medical Center. This procurement is necessary to ensure the ongoing functionality and reliability of critical pharmacy equipment, which plays a vital role in the healthcare services provided to veterans. Interested vendors must submit capability statements demonstrating relevant past performance and licensing status by 12:00 PM Pacific Time on September 20, 2024, and should direct inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    J065-- CTX Biosense Webster
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and support for the CARTO-3 Advanced Imaging Technology ASA at the Central Texas Veteran Health Care System in Temple, Texas. The procurement includes preventive maintenance services, corrective maintenance, and training materials for software upgrades related to the CARTO-3 System, which is crucial for creating real-time three-dimensional maps of cardiac structures to assist electrophysiologists in treating heart rhythm conditions. Interested vendors must respond to this Sources Sought Notice by 08:00 AM Central Time on September 23, 2024, and provide relevant business information, including size status and proof of authorization as a distributor, to Michelle Cunningham at michelle.cunningham@va.gov.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Service (Area B2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center, specifically within Area B2. The procurement aims to identify capable contractors, particularly small businesses, to ensure reliable transportation for veterans across designated counties in North Texas and parts of Oklahoma, with a focus on patient care and safety. This service is critical for facilitating access to medical appointments and enhancing the overall quality of care for veterans, while adhering to federal and state regulations. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their inquiries to Contract Specialist Ms. Angela Kyte at angela.kyte@va.gov or Contracting Officer Mr. Shawn R. Reinhart at shawn.reinhart@va.gov.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area D2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center. This procurement aims to establish a reliable service provider capable of transporting veterans to and from medical appointments within the North Texas catchment area, ensuring compliance with safety standards and regulations while delivering high-quality customer service. The selected contractor will be responsible for providing all necessary equipment and manpower, maintaining timely response times, and adhering to performance metrics, with an estimated 15,400 patient trips per year. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.
    Lease of Medication Dispensing System and Support Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a Medication Dispensing System and support services at the Cheyenne VA Medical Center, under Solicitation Number 36C25924Q0144. This procurement includes a base year plus four option years for the necessary leased equipment, installation, and ongoing maintenance, with a focus on ensuring compatibility with existing BD Carefusion Pyxis systems and compliance with electronic health records. The initiative aims to enhance healthcare delivery through efficient medication management, with contractors required to maintain a 96% uptime and provide detailed specifications for their proposed equipment. Interested bidders must submit their quotes electronically by September 19, 2024, and direct any inquiries to Stephanie Cahill at stephanie.cahill@va.gov or 303-712-5841 by September 16, 2024.
    Boiler / Chiller Plant Maintenance Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Plant Maintenance Services at the Garland VA Medical Center in Texas. The contractor will be responsible for comprehensive services including testing, inspections, preventative maintenance, corrective repairs, and emergency response for the facility's heating and cooling systems, as detailed in the Statement of Work. This contract is crucial for ensuring the operational efficiency and regulatory compliance of the medical center's facilities, with a base period of one year starting November 15, 2024, and the possibility of four additional one-year extensions. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details.
    DA10--INTENT TO SOLE SOURCE Software Technical Support Service National CMOP (770) FY25 Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to Paragon Technologies, Inc. for Software Technical Support Services related to the A-frame DispensSImatic software utilized in the National Consolidated Mail Outpatient Pharmacy (CMOP). This procurement aims to provide comprehensive technical support, including maintenance, analysis, and 24/7 consultation for four CMOP facilities located in Chelmsford, MA; Tucson, AZ; Murfreesboro, TN; and Hines, IL, ensuring the efficient operation of the proprietary software that integrates with existing production systems. The contract will be structured as a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity agreement, covering a Base Year and four option years. Interested parties may contact Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or 913-758-9933 to express their capabilities for similar future opportunities, with a response deadline set for September 20, 2024, at 14:00 Central Time.