Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS
AI Summary
The Department of Veterans Affairs intends to award a sole-source contract for the PickPoint Remote Dispensing System, including installation and training, to Maxor National Pharmacy Services. This opportunity is not a request for competitive quotes and is posted for informational purposes only. Interested parties must demonstrate their capability to meet the requirements outlined in the notice.
NOTICE OF INTENT TO AWARD SOLE SOURCE I. The Department of Veterans Affairs, Network Contracting Office 16, located at 5075 Westheimer Road, GFC Suite 750, Houston, TX 77056-5643 hereby provides notice of its intent to award a sole-source, firm-fixed-price contract to Maxor National Pharmacy Services, LLC dba PickPoint, 3149 Skyway CT, Fremont, CA 94539-5910. The contractor shall furnish all supplies, equipment, facilities, and services required for delivery and configuration of the following supplies and equipment. Description Quantity PICKPOINT REMOTE DISPENSING SYSTEM (RDS) - LARGE CABINET 1 INSTALLATION AND TRAINING 1 SHIPPING 1 These supplies and equipment shall be delivered to the Alexandria VA Health Care System, 3601 Gerstner Memorial Dr Lake Charles, LA 70607. II. The North American Industry Classification (NAICS) code for this acquisition is 334510 Analytical Laboratory Instrument Manufacturing (SBA Size Standard 1,250 Employees). III. This purchase will be made under Simplified Acquisition Procedures and Other than Full and Open Competition, as authorized by FAR 6.103-1 and in accordance with FAR 12.102. The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR 12.204. IV. The anticipated award date is 05/30/2026. 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: 1. 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? VI. Interested parties shall identify their interests and capability to respond to this requirement prior to the closing date of this notice. Any response to this notice shall show clear and convincing evidence that competition would be advantageous to the Government. Interested parties shall submit clear evidence with the capability to meet government requirement. To include but not limited to: 1. Capability to provide all hardware, firmware, installation, parts, and labor for the PickPoint RDS and associated items listed above at the Alexandria VA Health Care System, 3601 Gerstner Memorial Dr Lake Charles, LA 70607. The Contractor shall furnish all hardware, firmware, installation, parts, and labor for the FACSLyric 3L10C Instrument and associated items listed above. See Attached Draft Statement of Work Statement (SOW) VII. Questions regarding this notice should be sent to Alan Scanio prior to the closing date of this notice at alan.scanio@va.gov.
6515--NOTICE OF INTENT PICKPOINT RX CABINET (VA-26-00042349) is a federal acquisition solicitation issued by DEPARTMENT OF VETERANS AFFAIRS. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.