***INTENT TO SOLE SOURCE NOTICE-***   Estimated Date of Award: August 6, 2025 Synopsis: The Department of Veterans Affairs, VA Columbia Healthcare System located at 6439 Garners Ferry Road, Columbia, SC 29209 on behalf of the Augusta, GA, VA Medical Center, located at 950 15th Street, Augusta, GA 30904-2608 intends to make a direct award to ScriptPro USA Inc. located at 5828 Reeds Road, Mission, KS 66202-2740 for the purchase and removal of existing ScriptPro equipment which has reached end of life and the installation of new, replacement ScriptPro SP Central Workflow system equipment owned by the VA at both Uptown (1 Freedom Way, Augusta, GA 30904-6258) and Downtown (950 15TH ST, STE 1C114, AUGUSTA, GA 30901-2608) locations. All existing and replacement equipment is proprietary to ScriptPro USA, Inc. (ScriptPro). Only ScriptPro can service or upgrade the existing system. Only ScriptPro can integrate new hardware into the existing system. Only ScriptPro Field Service Engineers (FSEs) can access proprietary software and server assets for installations and maintenance. No other vendor may service or modify existing ScriptPro systems without voiding the warranties of those systems (which would be unacceptable). The ScriptPro SP Central Workflow system owned by CNVAMC is proprietary to ScriptPro USA, Inc (ScriptPro). Only ScriptPro can service or upgrade the existing system. Only ScriptPro can integrate new hardware into the existing system. Only ScriptPro Field Service Engineers (FSEs) can access proprietary software and server assets for installations and maintenance. No other vendor may service or modify existing ScriptPro systems without voiding the warranties of those systems (which would be unacceptable). ScriptPro is the only entity that can provide remote installation services (required as part of this contract) for the ScriptPro system as permitted by an existing Memorandum of Understanding Interconnection Security Agreement (MOU ISA) with the Government. No other vendor may service or modify existing ScriptPro systems without voiding the warranties of those systems (which would be unacceptable). Only ScriptPro can complete the required expansion and upgrade project CNVAMC requires. The NAICS code utilized for this procurement is 339113 with a Small Business Size Standard of 800 Employees. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Such responses MUST be received no later than July 28,2025 at 10:00AM EST. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement listed to forward responses by e-mail to Joseph Locke, Contracting Officer, joseph.locke@va.gov. Responses received will be evaluated; however, a determination by the Government not to compete with the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. The Department of Veterans Affairs, NCO 7, will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for the award.  GENERAL INFORMATION Purpose: Purchase of ScriptPro servers with add-ons. Scope of Work: The contractor shall provide all material, equipment, labor, and supervision required to install ScriptPro servers and add-ons. The contractor will install and connect the ScriptPro equipment/software to the hospital network. The contractor shall test/inspect the system after installation to ensure correct performance and provide written documentation in support of functionality and performance. Background: The ScriptPro server upgrade with add-ons is required due to current equipment being outdated and/or at the end of life. The server upgrade will increase ScriptPro functionality and overall pharmacy efficiency. Performance Period: This is a one-time purchase; delivery should be completed within ninety (90) days from the date of award. Type of Contract: Firm-Fixed-Price. Place of Performance: Delivery will be made to VA Augusta Health Care System, Warehouse Bldg. 95, 1 Freedom Way, Augusta GA 30904, Installation will take place at 950 15th Street, Augusta GA 30901. Hours of Operation: Warehouse deliveries are accepted between 8am and 3:30pm, Monday through Friday, excluding holidays. Hospital normal hours of operation are between 8am and 4:30pm, Monday through Friday, excluding holidays. Holidays falling on a Sunday will be observed the following Monday. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th B. GENERAL REQUIREMENTS Contractor shall provide all service and equipment/software listed in the chart below. Equipment listed must be in accordance with the salient characteristics sheet. Location Product/Service Needed Description Quantity Uptown Remote Access Server for WMS Inbound Access to WMS Software for up to five sessions 1 Uptown RAS Device License Package Workflow Management System RAS Device License Package (5 devices) 2 Uptown Customer Hard Drive Retention HCI 2000/HCI 1000/Workflow Platform Server Security Entitlement: Customer Hard Drive Retention HCI 2000/HCI 1000/Workflow Platform Server (per server) 1 Uptown Customer Hard Drive Retention Robotic Systems Security Entitlement: Customer Hard Drive Retention Robotic Systems (per robot)  2 Uptown Endpoint Security Management (per pharmacy) Endpoint Security Management (per pharmacy) 1 Uptown Endpoint Security (per server/client computer) Endpoint Security (per server/client computer) 25 Uptown SPCE On-Site Upgrade, Server OS 2019, SQL 2019 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) 1 Uptown BUP/RAS/PSP Factory Upgrade, Server OS 2019, SQL 2019 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the Backup, Remote Access, or Pharmacy Services Portal Server RAS Licenses Upgrades Quoted Separately 1 Uptown Customer Owned Equipment Uninstall Customer owned ScriptPro equipment that will be uninstalled and support terminated, includes; Virus Protection Platform 1 Downtown Remote Access Server for WMS Inbound Access to WMS Software for up to five sessions 1 Downtown RAS Device License Package Workflow Management System RAS Device License Package (5 devices) 2 Downtown Customer Hard Drive Retention HCI 2000/HCI 1000/Workflow Platform Server Security Entitlement: Customer Hard Drive Retention HCI 2000/HCI 1000/Workflow Platform Server (per server) 1 Downtown Customer Hard Drive Retention Robotic Systems Customer Hard Drive Retention Robotic Systems x3  3 Downtown Endpoint Security Management (per pharmacy) Endpoint Security Management (per pharmacy) 1 Downtown Endpoint Security (per server/client computer) Endpoint Security (per server computer, HCI VM, client computer) 17 Downtown SPCE On-Site Upgrade, Server OS 2019, SQL 2019 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) 1 Downtown BUP/RAS/PSP Factory Upgrade, Server OS 2019, SQL 2019 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the Backup, Remote Access, or Pharmacy Services Portal Server RAS Licenses Upgrades Quoted Separately 1 Downtown Customer Owned Equipment Uninstall Customer owned ScriptPro equipment that will be uninstalled and support terminated, includes; Virus Protection Platform 1 2. Contractor shall provide delivery from the dock/warehouse to the final use location. 3. Contractor shall install all components of the ScriptPro Servers, Remote Access Servers (RAS), and add-ons (listed in chart above above) and link it to the hospital network, including all required software for activation and connection. 4. Contractor shall preform testing of equipment functionality and safety checks to the manufacture s specifications. 5. Contractor shall set up user operating profiles on the equipment and provide end-user training. 6. Contractor shall comply with National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA) and The Joint Commission, to include NFPA 70: National Electric Code and NFPA 101: Life Safety Code. 7. Contractor shall clean up and leave the area of work ready for hospital business during the next day. All tools shall be fully supervised by contractor technicians and fully secured when not in use. 8. Contractor shall provide a one-year warranty from the date of installation ensuring the system will meet manufacture s published specifications when used in accordance with their applicable instructions and there will not be additional charge for travel and labor for on-site warranty service. 9. It has been determined that protected health information (PHI) may be used, disclosed, accessed, transmitted, created, stored/maintained, and/or destroyed (providing appropriate proof of destruction in compliance with VA Directive 6371) by the Contractor, and a signed Business Associate Agreement (BAA) will be required. The Contractor will adhere to the requirements set forth within the BAA, referenced in the solicitation, and will comply with all applicable VA/VHA Directives. Once awarded, Contractor and Contracting Officer will collaborate with the appropriate Facility Privacy Officer 706-733-0188 Ext: 26262/27603 to implement the appropriate BAA.