The Network Contracting Office (NCO-10) is seeking vendors to perform the following services, Paperless Medication Guides for VHA VISN 10 Pharmacies. This is a Sources Sought to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to answer questions below AND submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Detailed capabilities must be submitted by email to Contract Specialist Josh Kovar at Joshua.Kovar@VA.gov in an electronic format, no later than 1330 EST 1:30 PM EST | August 15, 2025. As part of market research, this Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing the requirement.  Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this Sources Sought for information and planning purposes.  Introduction: VISN 10 has identified the need to have a quick-response (QR) code printed on their prescription labels that provide quick and convenient access to electronic medication guides to increase efficiency. Background: Outpatient Pharmacies throughout VISN 10 dispense over 150,000 prescriptions each month through window and local mail services. This number does not account for the prescriptions filled through the centralized Consolidated Mail Outpatient Pharmacy (CMOP). The Food and Drug Administration (FDA) Code of Federal Regulations (21 CFR 208) requires that a medication guide be included with every prescription that is dispensed for a medication with package insert and instructions for use. The medication guides are crucial for educating patients about important aspects of their prescription including dosing instructions, potential side effects, and adverse reactions. Typically, each medication guide spans between 2 to 4 pages. On average, that s greater than 550,000 sheets of paper that go out of the pharmacies in VISN 10 each year. These medication guides automatically print with the prescription label through pharmacy automation and staff must manually collate and affix to the prescription bag. DRAFT SCOPE: Scope of Services/Descriptions: The vendor s system must integrate with ScriptPro outpatient pharmacy automation system to add a quick-response (QR) code the prescription label that will take the Veteran and/or their caregiver directly to detailed medication information. No PHI or VA sensitive information will be included in the QR code. Medication information is prepared with guidance directly from the Food and Drug Administrative (FDA)-approved package inserts. When medication requires unique administration, such as inhalers, the medication information includes an easy-to-follow video. Medication information and video language are reviewed by pharmacists and written at a 4th-5th grade level to ensure that they are easily understood. Medication information and videos are reviewed annually, at a minimum, to ensure Veterans are receiving the most up-to-date information on their medication. The system has an easy way for the VA facility to opt out Veterans that prefer paper medication guides and do not wish to receive them electronically. The site allows for custom branding such as the VA logo. Paperless medication guide must be compatible and work with with the new Federal Electronic Health Record (EHR), Oracle Health.  We are proposing a Base + 4 (1-year) Option Periods contract for this requirement. The Government requests that interested parties: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations Submit a statement of capability outlining their firm s capabilities related to this requirement. Capabilities statement shall provide a detailed overview and qualifications to perform the requirement, including past experience with projects similar in scope. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each Firm s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (name, title, address, telephone number, and email) SAM UEI Number Business Size (Small or Large based upon annual revenues and/or employee size) NAICS Code GSA Contract Number (If applicable) Any other pertinent information Answer below questions 1-5: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations QUESTION #1: Is your firm interested in providing a fair and reasonable quote for this requirement? Yes / No (choose one) QUESTION #2: Does your firm have the ability to provide services for this requirement as outlined above? Yes / No (choose one) QUESTION #3: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. QUESTION #4: Is your firm an SBA Certified EDWOSB, WOSB, HUB, 8a, SDV? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. QUESTION #5: Does your firm have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 or VAAR 852.219-75 (if set aside for SDVOSB/VOSB concerns)? If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). The applicable NAICS code for this requirement is NAICS 513210 Software Publishers with a Small Business Size Standard of $47.0 Million Dollars. The Product Service Code is DA10 IT and Telecom - Business Application/application Development Software as a Service.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement and answer questions above.  This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Sources Sought are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. The VA will not pay for information received in response to this Notice. Do not submit pricing information in response to this Notice. Â