Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2025 SAM #8747
SPECIAL NOTICE

J -- Omnicell Service Renewal Agreement

Notice Date
11/5/2025 1:55:10 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25626Q0138
 
Response Due
11/12/2025 8:00:00 AM
 
Archive Date
01/11/2026
 
Point of Contact
Rhonda Gibson, Contract Specialist, Phone: 7132901900
 
E-Mail Address
rhonda.gibson2@va.gov
(rhonda.gibson2@va.gov)
 
Awardee
null
 
Description
Intent to Sole Source The Michael E. DeBakey Department of Veterans Affairs, Network Contracting Office 16, located at 2002 Holcombe Blvd, Houston, TX 77030 hereby provides notice of its intent to award a sole-source, firm-fixed-price contract for a Omnicell Support and Service Renewal Agreement period of one (1) year with a large business to Omnicell, Inc., 500 Cranberry Woods Drive, Cranberry Township, Pennsylvania 16066. The Contractor shall furnish all supplies, equipment, facilities, and services required for delivery and configuration of the following supplies and equipment. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1. If you believe that your company is capable of providing full service of Omnicell Inc. Equipment Units, please provide your information and capability by responding to rhonda.gibson2@va.gov no later than Nov 12, 2025, 10:00a.m referencing the following number in the subject of the email 36C25626Q0138. Service agreement shall satisfy the standards of the Original Equipment Manufacturer (Omnicell) and include , but are not limited to, replacement parts coverage, service support, telephone support, software and hardware support, continuing education for VA staff and support service, full maintenance coverage by providing all replacement parts, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations. Omnicell, Inc is the only known, authorized service provider for service agreements on Omnicell equipment. The applicable NAICS Code is 811210 and the size standard is $34 Million. This notice of intent is not a request for competitive quotes. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Capability Statement Please answer the following questions when responding: What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) Provide DUNS and/or CAGE Code. Ability and experience in managing this same requirement. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. List of Projects (Government and Commercial) that are similar in scope and size. Anticipated Teaming Arrangements (if any). If plan on subcontracting, demonstrate that you will meet the limitations on subcontracting per FAR 52.219-14 for Small Businesses; VAAR 852.219-74 for SDVOSB/VOSB. GSA Contract Number, if applicable. Please provide a letter from OMNICELL INC. authorizing your company to perform these services. *Failure to provide the information requested above (items 1-7) will be considered non-responsive and will not be considered a viable source. Notes: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ VOSB or SDVOSB firms must be VetCert certified by the SBA https://veterans.certify.sba.gov/. CLIN No. Description Est. Qty Service Term (Month) 0001 SERVICE-OMNIRX HALF-CELL G5 6 12 0002 SERVICE-FLEXLOCK W/ TEMPCHECK (12FT CABLE) 6 12 The Contractor shall provide the following parts and services to covers Omnicell equipment at Alexandria VA Health Care System (AVAHCS) Product Product Code Qty SV-OC REMOTE ACCESS WIN2016 UPG (SINGLE) OMC-LIC-020 1 SERVICE OMNICENTER BASE SERVER OMC-SRV-082 1 SERVICE MED XT 3 CELL MED-FRM-103 2 SV-FLEX LOCK 3.0 WITH 50 FT CABLE, INSTL SRD-OPT-012 25 SERVICE MED-XT-2-CELL MED-FRM-102 4 SERVICE MED-XT-1-CELL MED-FRM-101 22 SERVICE MED AUX-XT 1-CELL MED-AUX-101 3 SERVICE OMNIRX HALF-CELL G5 MED-FRM-045 6 SERVICE-FLEXLOCK W. TEMPCHECK (12FT CABLE) OCFLTCK 6 This service provided shall be delivered to the Alexandria Department of Veterans Affairs Medical, 2495 Shreveport Hwy 71, Pineville LA 71360. II. The North American Industry Classification (NAICS) code for this acquisition is Electronic and Precision Equipment Repair and Maintenance (SBA Size Standard $34 Mil). III. This purchase will be made under Simplified Acquisition Procedures and Other than Full and Open Competition, as authorized by FAR 6.302-1 and in accordance with FAR 13.106-1(b). The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR 16.202-1. IV. The anticipated award date is Jan 1, 2026. The Government intends to award a Firm-Fixed-Price contract V. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. Interested contractors shall provide the following information as an attachment to their responses: Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies you are considering a Joint Venture and the ownership of each company. 4. Do you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. 5. Are you authorized by the Original Equipment Manufacturer (OEM) with certified technicians to meet all government requirements and objectives? You must attach an authorization letter to your response to be considered as part of the Market Research and responsive to this notice. 6. Do you possess the capability to obtain software if required for Government equipment? You must attach an authorization letter to your response to be considered as part of the Market Research and responsive to this notice. 7. Do you possess all license/certification for any OEM proprietary service materials? You must attach any required license/certification to your response to be considered as part of the Market Research and responsive to this Sources Sought notice. 8. Do you employ more than 500 people? 9. Are you primarily engaged in the retail or wholesale trade and normally sell this type of item? 10. Do you take ownership of the item(s) with your personnel, equipment or facilities in a manner consistent with industry practice? 11. Do you propose to supply the end item of a small business manufacturer, processor or producer made in the United States, or has a waiver been obtained? Please review all attached documents. See attached document: Notice of Intent to Award Sole Source and Draft SOW. VII. Questions regarding this notice should be sent to Rhonda.Gibson2@va.gov by 7 Nov 2025.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3704cfa03cc34bd4b3434445f4a1d7fd/view)
 
Record
SN07635492-F 20251107/251105230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.