THIS NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 339113 - Surgical Appliance and Supplies Manufacturing
A. GENERAL INFORMATION
- SCOPE OF WORK: SCOPE OF WORK: The VA utilizes extensive Omnicell automation equipment resources across several locations, as outlined in the SOW. This automation is crucial for efficient supply dispensing across numerous patient care clinics. An updated server for this equipment is necessary to maintain full operational capacity and avoid disruptions to patient care. This support includes but is not limited to the following:
Telephone support:
-
- 24 hours/day, 7 days/week
- Engineer live coverage Monday-Friday 24 hours/day
- On-Call support Saturday, Sunday, and Holidays 6am-6pm CST
- Response times (maximum): 30 minutes Monday-Friday 6am-6pm CST; 2 hours Monday-Friday 6pm-6am CST and Saturdays, Sundays, and Holidays
-
- Remote software and interface diagnostics: Proactive remote available via secure server
-
- On-Site support (if needed):
- 24 hours/day, 7 days/week
- On-Site response time (maximum):
- For “disabled system”: 6 hours
- For “non-critical failure”: 24 hours
- Repair/Replacement parts: Included
Software updates and upgrades (patches)
BACKGROUND: South Texas Veteran Health Care System has extensive Omnicell automation equipment resources in use at Audie L. Murphy Memorial Veterans’ Hospital, Kerrville VA Medical Center, Northwest VA Medical Center, and Community Based Outpatient Clinics. This automation equipment is essential for efficient medical supplies issuance and dispensing throughout various patient care units at these locations. Ongoing maintenance service for these equipment resources is necessary to always keep the equipment in fully operational condition to preclude disruption to patient care.
PLEASE SEE DRAFT STATEMENT OF WORK FOR MORE DETAILS
How to Respond:
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required supplies to VA. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to It is requested that interested offerors respond to the following questions:
a. Provide a brief summary of your technical capability to meet the requirements, including any relevant experience
b. Please provide any existing contract vehicles (GSA FSS, GWAC, T4NG etc) you currently hold for which this requirement would be within scope
c. Name of the firm, point of contact, phone number, email address, SAM UIE number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under the corresponding NAICS code.
Small businesses should also include information as to:
1) The intent and ability to meet set-aside requirements for performance of this effort, if applicable
2) Information as to proposed teaming arrangements, the percentage of work each is to perform and which requirements are planned to be subcontracted, if applicable
3) In accordance with FAR 52.219-14, Limitations on Subcontracting, indicate whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% concern requirement.
RESPONSE SUBMISSION
Please submit responses via email to Janice.Malbon@va.gov by the closing date of this notice. VA reserves the right not to respond to any or all emails or materials submitted.