Opportunity
SAM #36C26326Q0538
ScriptCenter Maintenance and Support Services for VA Black Hills Healthcare System
Buyer
VA Health Administration Center 23 (VHA NCO 23)
Posted
April 06, 2026
Respond By
April 13, 2026
Identifier
36C26326Q0538
NAICS
811210
This opportunity involves maintenance and support services for ScriptCenter prescription fulfillment equipment at the VA Black Hills Healthcare System, Hot Springs VA Medical Center. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 23 - VA Black Hills Healthcare System - Hot Springs VA Medical Center - OEM Highlight: - ScriptCenter (manufacturer of the prescription fulfillment equipment) - Products/Services Requested: - ScriptCenter software subscription (12 months) - Monthly support for ScriptCenter MX and AUX units (12 months each) - Comprehensive maintenance and repair services, including: - Planned inspections and maintenance per OEM recommendations - General repairs and provision of all necessary parts - 24-hour response time for unscheduled maintenance - Unique Requirements: - All work must conform to Original Equipment Manufacturer (OEM) standards - Vendor must provide all parts and labor - 24-hour response time for unscheduled service calls - Place of Performance: - Hot Springs VA Medical Center, 500 North 5th Street, Hot Springs, SD 57747 - NAICS Code: - 811210 (Electronic and Precision Equipment Repair and Maintenance)
Description
The VA Black Hills Health Care System Hot Springs VA Medical Center is conducting market research in accordance with FAR 17.207 Exercise of Options for ScriptCenter Maintenance Services as described in the Preliminary Statement of Work below.
This is a SOURCES SOUGHT NOTICE only looking for businesses to provide the services listed in the Preliminary Statement of Work below for market research purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs.
Responses to this notice will be treated only as information for the Government to consider as part of their market research efforts. The information provided will be used by the Government in developing its acquisition strategy regarding possible set aside for Service-Disabled Veteran-Owned, Veteran-Owned, and other socio-economic categories of small business. 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 notice and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this notice.
The North American Industry Classification System (NAICS) code for this requirement is 811210, Electronic and Precision Equipment Repair and Maintenance, with an SBA Small Business Size Standard of $34.0 Million.
If you are a vendor capable of providing the requested information and required services described below with competitive pricing, send your information with a description of proof of capability and answers to all questions to: Alisha.Milander@va.gov on or before Monday, April 13, 2026 at 12:00 PM Central Time.
Please provide answers as appropriate to the following questions in the table below with your response to this Sources Sought. Failure to respond accurately to the following questions may affect the acquisition strategy. Failure to respond to the questions at all, or not respond to select individual questions, will result in your response being determined as non-responsive.
1. Please provide all socio-economic categories of your firm (e.g., SDVOSB, VOSB, WOSB, Large Business, 8a, etc.) as well as your firm s SAM Unique Entity ID number (replaces DUNS number) and Government Contract POC. 2. State whether the requested services may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 3. State if subcontracting is contemplated for this requirement and what percentage of the work will be subcontracted and for what tasks. 4. Provide estimated lead time to deliver a fully functioning solution as described in the Preliminary Statement of Work below. 5. Complete the ITEM INFORMATION directly below this section for market research pricing for the services described in the Preliminary Performance Work Statement. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001
12.00 MO $___________ $___________
SCRIPTCENTER SOFTWARE SUBSCRIPTION Contract Period: Base POP Begin: 06-01-2026 POP End: 05-31-2027 PRINCIPAL NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance PRODUCT/SERVICE CODE: H165 - Quality Control - Medical, Dental, and Veterinary Equipment and Supplies
0002
12.00 MO $___________ $___________
SCRIPTCENTER MONTHLY SUPPORT-MX MONTHLY Contract Period: Base POP Begin: 06-01-2026 POP End: 05-31-2027 PRINCIPAL NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance PRODUCT/SERVICE CODE: H165 - Quality Control - Medical, Dental, and Veterinary Equipment and Supplies
0003
12.00 MO $___________ $___________
SCRIPTCENTER MONTHLY SUPPORT AUX MONTHLY Contract Period: Base POP Begin: 06-01-2026 POP End: 05-31-2027 PRINCIPAL NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance PRODUCT/SERVICE CODE: H165 - Quality Control - Medical, Dental, and Veterinary Equipment and Supplies
If applicable, VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses or Service Disabled Veteran Owned Small-Businesses.Â
If applicable, FAR 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.Â
DISCLAIMER
This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought.
The deadline for this information is 12:00 PM Central Time on Monday, April 13, 2026.
PRELIMINARY STATEMENT OF WORK
SCOPE OF WORK
The VA Black Hills Healthcare System is requesting maintenance and repair services (including software subscription) of the ScriptCenter prescription fulfillment equipment at the Hot Springs VA Medical Center.
JUSTIFICATION
This equipment requires extensive maintenance to remain functional and safe for patient care. The nature of these maintenance and repair activities is highly technical in nature and requires trained personnel to perform.
REQUIREMENTS
INSPECTION SERVICES: Planned inspection and maintenance in accordance with manufacturer's recommendations.
REPAIR SERVICES: Vendor will provide general repair and maintenance services to maintain the equipment to manufacturer's specifications.
Vendor will provide all parts required to maintain the equipment to manufacturer's specifications.
Vendor will provide a 24 hour response time for all unscheduled services.
LIST OF EQUIPMENT COVERED:
Hot Springs VAMC EE/MX Number
MX 1969506
Serial Number
1148 Nomenclature
ROBOTIC PERSCRIPTION DISPENSING SYSTEM ScriptCenter MX
Coverage
Full
CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the Original Equipment Manufacturer.
Contractor cannot begin work until receiving the official Notice to Proceed from Contracting.