Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOURCES SOUGHT

65 -- PAR Excellence Licenses, Install, Training and Supply Items

Notice Date
11/19/2025 8:09:17 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26026Q0153
 
Response Due
11/26/2025 3:00:00 PM
 
Archive Date
12/11/2025
 
Point of Contact
Peter Park, Contracting Officer
 
E-Mail Address
Peter.Park2@va.gov
(Peter.Park2@va.gov)
 
Awardee
null
 
Description
Notice of Sources Sought 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 (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for any authorized distributors of below PAR Excellence items: Part Number Item Description Qty Auburn PX9186 PAR Bins Replenish License 1 QS-LR36 qwikSIGHT Mobile Louvered Panel Units, 36"" (or USA equivalent) 7 Set-Up/Training PAR Location Set-Up/Training Hours 66 Auburn Pros PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 58 AMLK Vaccination Clinic PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 38 Seattle Vaccination Clinic PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 38 Statement of Work 1. Background VISN 20 has implemented PAR Excellence weight-based inventory supply system, which has successfully improved inventory controls all throughout VISN20. The PAR Excellence Weight-Based Inventory Management System (WBIMS) takes the human factor out of the equation which allows accurate accounts of inventory stock 24/7/365 days a year. There is a need throughout VISN 20 for expansion to their already PAR Excellence WBIMS. 2. Scope To provide OEM brand name or equal to PAR Excellence WBIMS Supply Cabinets and Software to various facilities throughout VISN 20 (identified in Section 3). Supply Cabinets and Software must work with the integrated system. Vendor will ensure system is fully operational and ensure system communications are intact. 3. Product Requirements a. Products listed in Table 1 must be fully compatible with Par Excellence WBIMS. These scale products are proprietary to the system that is currently installed and are required to maintain medical supply inventory quantity on hand and order accuracy as these scales are fully automated and registered through PAR Excellences software program. Specifications for Par Excellence: Must be weight based Must be easily calibrated and accurate Will provide real time visibility to secondary inventory locations Must be able to interface with GIP package in IFCAP Must be capable of tracking, adjusting, and reporting comprehensive real time information pertaining to the inventory of a secondary location Depletion of stock will trigger pick tickets based on PAR levels, Re-order points, and Emergency Stock Levels Software & Software Licensing must be intuitive and easy to train on Software & Software Licensing must be able to utilize multiple users with different levels of permissions Must be able to handle a wide range of products based on size, thickness, and weight Must work with the current VHA IT system b. Vendor shall delivery all items listed below in Table 1 to V20 VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle, WA 98108. Table 1 Part Number Item Description Qty Auburn PX9186 PAR Bins Replenish License 1 QS-LR36 qwikSIGHT Mobile Louvered Panel Units, 36"" 7 Set-Up/Training PAR Location Set-Up/Training Hours 66 Auburn Pros PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 58 AMLK Vaccination Clinic PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 38 Seattle Vaccination Clinic PX9186 PAR Bins Replenish License 1 Set-Up/Training PAR Location Set-Up/Training Hours 38 c. Equipment shall have a one-year full equipment replacement for defects or damage not caused by VA personnel. d. The location for Install and/or Training can be on site at the main facility campus or at a remote location, i.e., Community Based Outpatient Clinic (CBOC). The specific locations for identified projects will be at the discretion of the Facility Chief Supply Chain Officer. 4. Installation & Training a. Vendor shall stage and install scales, cabinets, controllers, and bins as required for specific projects at VISN 20 facilities. Installation shall include: Staging, wiring, calibrating, and registering scales Building graphical walls and rows in the system application based on room layout that will allow for item identification and location by the user Assembling third party equipment as needed for a project Coordinate the installation of wall mounted louvers upon written approval from local Facilities Management Service (FMS), as applicable Confirmation of installed controllers connecting and communicating with the Par Excellence server Installation is not considered complete unless all tasks identified above at minimum are performed b. The location for Install and/or Training can be on site at the main facility campus or at a remote location, i.e., Community Based Outpatient Clinic (CBOC). The specific locations for identified projects will be at the discretion of the Facility Chief Supply Chain Officer. 5. Period of Performance Scheduled delivery should occur during normal VA hours of operation, Monday Friday, 8:00 AM to 3:30 PM. The VA does recognize and will be closed for all Federal holidays. Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 541990 All other professional, scientific, and technical services. To be considered a small business your company must have less than $19.5 million in annual receipt. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) If not the manufacturer, only the authorized service providers of Par Excellence will be considered. Please submit your letter of authorized service provider. 5) Please provide completed above courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Service/Delivery Address: Puget Sound Health Care System 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 10/26/2023 by 3:00pm Pacific Time
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bdaea89a485741e3b7a0ef78f2eb245b/view)
 
Place of Performance
Address: Puget Sound VAHCS 1660 South Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07646987-F 20251121/251119230040 (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.