Skip to content
Department of Veterans Affairs

J065--GOV OWNED OMNICELL EQUIPMENT PMIR - Base [605] | POP: 04/01/2026 - 03/31/2027

Solicitation: 36C26226Q0394
Notice ID: d6f58e5971fc4f3bb56371e8d10c248f
TypeSources SoughtNAICS 811210PSCJ065Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateCAPostedFeb 23, 2026, 12:00 AM UTCDueFeb 27, 2026, 05:00 PM UTCCloses in 4 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 27, 2026. Industry: NAICS 811210 • PSC J065.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,606,185
Sector total $250,480,672 • Share 79.7%
Live
Median
$100,658
P10–P90
$14,349$664,011
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32119%($198,370,955)
Deal sizing
$100,658 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Department of Veterans Affairs VA Loma Linda Healthcare System (VALLHCS), Jerry L. Pettis VA Medical Center (VAMC) 11201 Benton Street • Loma Linda, CA • 92357-1000 United States
State: CA
Contracting office
Gilbert, AZ • 85297 USA

Point of Contact

Name
Norman Napper-Rogers
Email
Norman.Napper-Rogers@va.gov
Phone
602-795-4170

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
262-NETWORK CONTRACT OFFICE 22 (36C262)
Office
Not available
Contracting Office Address
Gilbert, AZ
85297 USA

More in NAICS 811210

Description

Sources Sought Notice Sources Sought Notice Page 8 of 8 *= Required Field Sources Sought Notice Page 1 of 8 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) SAM UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Statement of Work (SOW) for Maintenance and Service Contract for VALLVAMC Pharmacy Owned Omnicell ADC Cabinets, Software, Hardware, and Related Peripherals 1. Introduction This Statement of Work (SOW) outlines the requirements for the maintenance and service of Omnicell Automated Dispensing Cabinets (ADCs), software, hardware, and related peripherals owned by the Veterans Affairs Loma Linda Healthcare System (VALLVAMC) Pharmacy. The period of performance (POP) for this contract will be from April 1, 2026, to March 31, 2027. 2. Scope of Work The contractor shall provide comprehensive maintenance and support services for the Omnicell ADC systems, including, but not limited to, the following components: Omnicell ADC cabinets Omnicell Anesthesia Workstations w/BioID Omnicell XT CSM Cabinets Associated software Hardware components Peripherals related to ADC functionality 3. Period of Performance The period of performance for this contract will be from April 1, 2026, to March 31, 2027. 4. Standard Federal Holidays The contractor is not required to provide routine maintenance and support services on the following Standard Federal Holidays: New Year's Day (January 1) Martin Luther King Jr. Day (Third Monday in January) Presidents' Day (Third Monday in February) Memorial Day (Last Monday in May) Juneteenth National Independence Day (June 19) Independence Day (July 4) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veterans Day (November 11) Thanksgiving Day (Fourth Thursday in November) Christmas Day (December 25) 5. Requirements 5.1 Maintenance and Support Provide all labor, materials, supplies, tools, equipment, parts, software (needed for the general operation of the equipment), travel, supervisors, and qualified personnel to provide PMIR (Preventive Maintenance Inspection and Repair) services of the Omnicell equipment, at the Jerry L. Pettis VA Medical Center (VAMC), in accordance with Federal Supply Schedule (FSS) 36F79723D0073. The contractor shall provide maintenance and support services as outlined in the FSS contract to ensure optimal performance of the Omnicell ADC systems. The contractor shall provide corrective maintenance services as necessary to address any malfunctions or failures in the ADC systems. The contractor shall supply and install any necessary replacement parts or components to maintain the ADC systems in good working condition. The contractor shall provide software updates and patches to ensure that the ADC systems remain secure and fully functional. 5.2 Technical Support The contractor shall provide 24/7 technical support via phone and email to address any issues or concerns with the ADC systems. The contractor shall respond to emergency service requests within four (4) hours of notification. The contractor shall provide on-site technical support within one (1) business day for non-emergency service requests. 5.3 Training and Documentation The contractor shall provide training for VALLVAMC Pharmacy staff on the proper use and maintenance of the ADC systems. The contractor shall supply all necessary documentation, including user manuals and maintenance guides, for the ADC systems. 6. Reporting The contractor shall provide the following reports to the VALLVAMC Pharmacy: Maintenance reports detailing the services performed, any issues identified, and corrective actions taken, in accordance with the FSS contract timeframes. Emergency and non-emergency service request reports detailing the nature of the issue, the resolution, and the time taken to resolve the issue. 7. Deliverables The contractor shall provide the following deliverables: Maintenance services as outlined in the FSS contract timeframes for advantage level service Corrective maintenance services as needed 24/7 technical support Maintenance reports as per FSS contract schedules Emergency and non-emergency service request reports Training for VALLVAMC Pharmacy staff All necessary documentation for ADC systems 8. Additional Requirements The contractor shall comply with all applicable federal, state, and local regulations. The contractor shall ensure that all work is performed by qualified and certified personnel. The contractor shall maintain confidentiality and security of all VALLVAMC Pharmacy data and information. 9. Inspection and Acceptance The VALLVAMC Pharmacy will inspect and accept all services and deliverables provided by the contractor to ensure they meet the requirements outlined in this SOW. 10. Points of Contact Contracting Officer's Representative (COR): Carrie MacWhorter, Pharmacoeconomic Program Manager, carrie.macwhorter@va.gov. Contractor's Representative: Stacy Cerwin, stacy.cerwin@omnicell.com 11. Payment Payment will be made on a monthly basis upon receipt of satisfactory services and deliverables as outlined in this SOW.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.