Sources Sought Notice (SSN) Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 16 (NCO16) This SSN is for market research and planning purposes only and shall not be considered an Invitation for Bid (IFB), Request for Task Execution Plan, Request for Quotation (RFQ), or a Request for Proposal (RFP). Additionally, there is no obligation on the part of the Government to acquire any products or services described in this SSN. Your response to this SSN will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSN. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this SSN. The North American Industry Classification System (NAICS) for this requirement is 811210 with a size standard of $34.0 Million and Product Service Code (PSC) of J065. 1. BACKGROUND 1.1 The Parata Packaging Equipment (model ATP SERIES 128 and supporting equipment) at Little Rock and North Little Rock (CAVHS) needs to be maintained by trained and certified personnel at all times. A new maintenance contract is needed for support and services. 2. PURPOSE 2.1 The purpose of this requirement is to initiate a new service agreement/contract for the Parata Packaging Equipment that are currently being used in the facilities. The proposed service agreement/contract would cover preventive and corrective maintenance, phone support, and proprietary software updates for the following time period: Base year of twelve (12) months and four (4) option years that are twelve (12) months in length (for each option year). 3. WORK HOURS AND SCHEDULING ARRANGEMENTS 3.1 Services will be performed only Monday through Friday 8:00 a.m. to 5:00 p.m. Prior to work being performed proper coordination shall be initiated between the contractor and the government to ensure that services/work can be executed when scheduled. Work will not be scheduled or be performed on federal holidays. The Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). An alternative schedule (different from the schedule described above) may be utilized if there is mutual agreement between the government and the contractor regarding this alternative schedule. 4. SCOPE 4.1 The vendor shall provide all labor, materials, hardware, maintenance, and support necessary to ensure the Parata Packaging Equipment functions at full capacity while in use at the facilities (to include operating as intended by the manufacturer). Required services for the system include (but are not limited to) the following information/items (listed below). Required services on the equipment shall also include the Deliverables as annotated in Section 5 of this Statement of Work. 4.1.1 The proposed contract shall include a service plan to furnish all parts and labor to support and maintain in good working condition the Parata Packaging Equipment at Little Rock and North Little Rock (CAVHS). All materials and services provided shall be in accordance with the Original Equipment Manufacturer (OEM) specifications and guidelines. The systems covered are as follows: VAMC Description MX Number Serial Number PM Frequency Software Updates Little Rock ATP SERIES 128 Pill Packager 598 MX1965908 19020290 Semiannual Included North Little Rock ATP SERIES 128 Pill Packager 598 MX1967759 19020181 Semiannual Included Little Rock First Lower Packaging Unit N/A 19020260 Semiannual Included Little Rock Second Lower Packaging Unit N/A 19020264 Semiannual Included North Little Rock First Lower Packaging Unit N/A 19010156 Semiannual Included North Little Rock Second Lower Packaging Unit N/A 19020253 Semiannual Included Little Rock TCG-Rx Workstation 598 MX1965906 F6H30W2 N/A Not Included Little Rock TCG-Rx Workstation 598 MX1965907 F6GZZV2 N/A Not Included Little Rock TCG-Rx Printer N/A PHBHM30607 N/A Not Included North Little Rock TCG-Rx Workstation 598 MX1967785 F6D00W2 N/A Not Included North Little Rock TCG-Rx Workstation 598 MX1967787 F6L30W2 N/A Not Included North Little Rock TCG-Rx Printer N/A PHBHF96710 N/A Not Included The scope of work includes the following items: Semiannual preventative maintenance OEM materials & parts as necessary OEM software updates for the equipment Work will be performed on the equipment at the following locations: CAVHS/John L. McClellan Memorial Veterans Hospital, 4300 West 7th Street, Little Rock, AR 72205 & Eugene J. Towbin VA Healthcare Center, 2200 Fort Roots Drive, Bldg 170, North Little Rock, AR 72114. 5. DELIVERABLES 5.1 DELIVERABLE #1: PREVENTATIVE MAINTENANCE & REPAIRS: Contractor shall perform the OEM's scheduled preventative maintenance on the equipment. Contractor shall perform all repairs on the equipment stated herein in accordance with the OEM recommendations to ensure all equipment functions as intended by the manufacturer. It is the responsibility of the contractor to provide all required preventative maintenance and repairs on the equipment to include being a subject matter expert (SME) in this area. Only OEM parts shall be furnished by the contractor. Only qualified, capable, knowledgeable, trained, and/or certified personnel shall be permitted to perform preventative maintenance and repairs on the equipment. 5.2 DELIVERABLE #2: SOFTWARE UPDATES: Contractor shall provide software updates as necessary to maintain full functionality of the installed system. All software updates shall be installed by the contractor to current OEM specifications during the performance period of the contract at no additional cost to the government. 5.3 DELIVERABLE #3: SCHEDULING AND CHECK IN: Prior to work being performed and/or services being executed such work/services shall be scheduled and the facility notified in advance. A mutually agreeable date shall be determined before such work/services begin. (The government may not be in a position to accommodate the contractor without prior notification, coordination, and scheduling of services in advance). Contractor representatives and/or technicians shall check in with the appropriate facility representative when on-site and before beginning work. 5.4 DELIVERABLE #4: REQUIRED REPORTING: Contractor shall provide the government individual service reports for each occurrence that service is provided. These reports shall be provided via e-mail to the appropriate government representative. The government reserves the right to request hard copies of these reports if needed. Such reports shall include (but are not limited to) the following information. Name of Contractor Name of person, representative, and/or technician who performed the work/services Date, Time (starting and ending), and location for all work performed Itemized Description of all Work Performed and Services Rendered Equipment Name, Manufacturer Name, Model Number, and other identifying numbers of equipment that was serviced Equipment downtime and/or other mission related factors that may or may not impact the future delivery of patient care at the facility A specified format for the required service reports is not specified. However, such reports shall be thorough and complete enough to demonstrate that all required services have been performed by the contractor and/or contractor representatives for the equipment specified. The following information is requested in a response to this SSN: General Company Information: Name of Company: Address: Point of Contact: Phone Number: Email Address: Company Website (if available): SAM Unique Entity Identifier Number: Commercial & Government Entity (CAGE) Number: Business Type (Socio-economic status as it relates to 811210). Please ensure the System for Award Management (SAM sam.gov) indicates this NAICS code if you are interested in the requirement. Please put a check mark or X next to the type of business you are below: Large 8(a) HubZone Small Business Small Disadvantaged Business Woman Owned Small Business Service-Disabled Veteran Owned Small Business Veteran Owned Small Business ***Note: All Veteran Owned Businesses must be registered in SBA Veteran Small Business Certification (VetCert) at Veteran Small Business Certification (sba.gov) to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VSOB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If small, does your firm qualify as a small, emerging business, or small disadvantaged business? For all small businesses, to include SDVOSB and VOSB at least fifty (50) percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. *** Is this product and/or service available under a federal supply schedule (GSA)? If yes, please provide the contract number. How long has your company provided these products and/or services? Does your company directly provide this product and/or service? Provide information for any current or past VA contracts for these products and/or services. Proposed NAICS code (if different from above) Proposed PSC code (if different from above). All responses to this Sources Sought Notice should be emailed to
[email protected] . All responses are due by noon on Tuesday, 22 July 2025.