Opportunity
SAM #36C24926Q0166
PAR Excellence Inventory Management System for VA Tennessee Valley and Lexington Facilities
Vanco 9
March 24, 2026
April 08, 2026
36C24926Q0166
333998, 541512, 541513, 423450
This opportunity involves the Department of Veterans Affairs Network Contracting Office 9 seeking vendors for a firm fixed-price contract to provide and install PAR Excellence Point of Use (POU) weight-based inventory management systems at Tennessee Valley Healthcare System and Lexington VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) - Contracting personnel: Jonathan Headrick and John Mccomas - OEM Highlight: - PAR Excellence is the only Original Equipment Manufacturer (OEM) specified - Products and Services Requested: - PAR Excellence Point of Use weight-based inventory management system - Includes scale products, hardware accessories, and software licenses - No specific part numbers or quantities provided - Onsite installation, implementation, and staff training - Unique and Notable Requirements: - System must integrate with the VA's General Inventory Package (GIP) - Automation of inventory management in supply closets - Real-time stock readings accessible via web-based programs - Data mining capabilities for tracking medical supply usage - Comprehensive training for VA staff to ensure proper system use - Place of Performance: - Tennessee Valley Healthcare System and Lexington VA Medical Center facilities - Contracting Office: - VISN 9 CONSOLIDATED ACQUISITION, 3400 LEBANON ROAD, MURFREESBORO, TN 37129
Description
On behalf of Tennessee Valley Healthcare System (TVHS) and Lexington VA Medical Center (VAMC) facilities, Network Contracting Office (NCO) 9 is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm fixed-priced contract for PAR Excellence Equipment, Installation, and Services. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. This requirement is for the purchase and installation of the PAR Excellence Point of Use (POU) weight-based inventory management system to include scale products, hardware accessories, software licenses, and onsite implementation services at the subject VAMCs and designated facilities. The contractor will ensure the system is fully operational and fully train VA staff to properly use the new system. The system will interface with the General Inventory Package (GIP) system to identify out of balance on-hand quantities between GIP and inventory bins. The POU system will automate inventory management processes in open shelf distribution points (i.e., supply closets). The system will produce accurate, real-time reading of quantities on-hand accessible by web-based programs and provide data mining capabilities that will include, at a minimum: current stock levels, recommended order points, average usage levels per item, and the ability to track medical supply usage per patient treated at the subject VAMCs and their facility locations. If your organization has the potential capacity to perform this requirement, please provide the following information: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Business type under NAICS 333998, which contains a size standard of 700 employees, Commercial and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity ID (UEI) number. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Responses to this SSN shall not exceed 4 pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). The government will evaluate market information to ascertain potential market capacity to: Provide requirement consistent in scope and scale with those described in this notice and otherwise anticipated. Implement a successful plan that includes contractor compliance with program standards, quality control, and performance. Provide requirement under a firm-fixed-price contract. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and verified in Small Business Administration s (SBA) Small Business Search. Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. Submission Instructions: Interested parties who consider themselves qualified to perform the requirement are invited to submit a response to this SSN by 9:00 AM EST, April 8, 2026. All responses under this SSN must be emailed to jonathan.headrick@va.gov and john.mccomas@va.gov . Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties shall be register in the System for Award Management (SAM). SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).