Opportunity

SAM #36C25926Q0456

VA Solicitation for Parata ATP-2 Pill Packaging System and Services

Buyer

VHA Network Contracting Office 19

Posted

May 06, 2026

Respond By

May 22, 2026

Identifier

36C25926Q0456

NAICS

339112, 423450, 541512

The Department of Veterans Affairs is seeking to procure a Parata ATP-2 Pill Packaging System and related equipment and services to enhance pharmacy operations at the Rocky Mountain Regional VA Medical Center in Aurora, CO. - Government Buyer: - Department of Veterans Affairs (VA), Network Contracting Office 19, Eastern Colorado Health Care System - OEM Highlight: - Parata is the sole OEM specified for all equipment and software - Vendors Mentioned: - Parata (OEM/manufacturer) - Products Requested: - Parata ATP2 E320 Narrow Pill Packaging System (Part #901-0236), including 400 canisters (Qty: 1) - Parata LPU Standard Narrow (Part #650-0679, Qty: 1) - Parata TCGRX Calibration Kit (Part #650-0668, Qty: 1) - Parata Universal Lighted Tray (Part #901-0232, Qty: 1) - Parata Kit Prepped AVF-1 (Part #650-0874, Qty: 1) - ATP Workflow Unit, 2-Bay Workstation (Part #S2BayStdW, Qty: 1) - Kit, Smart Drawer Manufacturing upgrade ATP2 (Part #650-0639, Qty: 1) - Parata Kit Calibration Tool ATP2 (5 adjustable canisters per kit, Part #650-1093, Qty: 2) - Parata Perl 1 (2 licenses, Part #PERL, Qty: 1) - Services Requested: - Installation and training for Parata Perl software (Part #Implementation-PERL, Qty: 1) - Installation and training for ATP2 system (Part #Installation & Training ATP2 \64-320, Qty: 1) - Interface setup for ATP2 equipment to pharmacy information system (Part #Interface -ATP 2, Qty: 1) - 12-month warranty and/or support agreement for hardware and software (Part #Warranty/Support Agreement, Qty: 1) - Project management, workflow evaluation, and post-deployment assessment - De-installation of existing Omnicell Medication Packager and secure removal of data storage devices - Notable Requirements: - All products must be new, Parata OEM, and authorized for sale (no gray market or remanufactured items) - Compliance with OEM warranty and service terms is mandatory - Offerors must provide documentation of OEM authorization - Buy American Certificate completion required - Integration with existing pharmacy information system (VISTA) - Comprehensive on-site training and ongoing support - Place of Performance/Delivery: - Rocky Mountain Regional VA Medical Center, Aurora, CO - Contract Structure: - Firm-fixed price with 12-month warranty/support; delivery required within 180 days of award

Description

Request for Quote (RFQ) #: 36C25926Q0456 Parata ATP-2 Pill Packaging System (Brand Name) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Revolutionary FAR Overhaul (RFO) Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. The deadline for all questions is 10:00am MT, May 12, 2026 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Quotes are to be provided to Noaa.Lanotte@va.gov no later than 10:00am MT, May 22, 2026. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (10MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25926Q0456. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 effective March 13, 2026. The North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1000 Employees. This solicitation is unrestricted. List of Line Items; Price/Cost Schedule Line Item Part Number Description Unit Quantity Price Extended Price 0001 901-0236 PARATA ATP2 E320 Narrow Including 400 cannisters EA 1 $ $ 0002 650-0679 Parata LPU Standard narrow EA 1 $ $ 0003 650-0668 Parata TCGRX Calibration Kit EA 1 $ $ 0004 901-0232 Parata Universal Lighted Tray EA 1 $ $ 0005 650-0874 Parata Kit Prepped AVF-1 EA 1 $ $ 0006 S2BayStdW ATP Workflow Unit - 2-Bay Workstation EA 1 $ $ 0007 650-0639 Kit, Smart Drawer Manufacturing upgrade ATP2 EA 1 $ $ 0008 650-1093 Parat Kit Calibration Tool ATP2 (Qty 5 adjustable canisters) EA 2 $ $ 0009 PERL Parata Perl 1 (2 license) EA 1 $ $ 0010 Implementation-PERL PERL Installation and Training EA 1 $ $ 0011 Installation & Training ATP2 -320 Installation and Training ATP 2 64-320 EA 1 $ $ 0012 Interface -ATP 2 ATP 2 Equipment interface to pharmacy information system EA 1 $ $ 0013 Warranty/Support Agreement 12-month warranty and/or support agreement for hardware and software EA 1 $ $ Grand Total $ Description of Requirements for the items to be acquired: Please see attached Statement of Work. Delivery and acceptance is to be F.O.B Destination (RFO 52.247-34) at the Veterans Affairs Medical Center, located at Rocky Mountain VA Medical Center, 1700 N Wheeling Street, Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to RFO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer's (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e., replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA's election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be SBA certified and visible in the SBA Database: https://search.certifications.sba.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and is found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror's page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) - Technical; and (II) Price Volume I - Technical The quoter shall submit specifications, cut sheets, or brochures confirming the products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. Vendor shall be an OEM, authorized dealer, authorized distributor for the proposed equipment, verified by an authorization letter or other documents from the OEM. Technical also includes the completion of: Completion of Attachment RFO 52.225-2 Buy American Certificate The quoter shall complete the Attachment RFO 52.225-2 Buy American Certificate and submit as part of the quote. Volume II - Price Price - The quoter shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to RFO 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will use comparative analysis. The following factors will be used to evaluate offers: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government's requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) RFO 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence IAW 52.212-4(r). By submitting a quote, the offeror understands that quotes will not be referenced in 1449 and clauses incorporated in the solicitation will dictate the contract. All offerors shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under the contract IAW RFO 52.212-4(q). The Government reserves the right to deny requests for clause changes that are not included in this solicitation should the request be inconsistent with the RFO or VAAR. Provisions to include as prescribed: Number Title Source 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions Statute 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation Statute 52.204-7 System for Award Management Registration Statute 52.204-7 with Alt I System for Award Management Registration, with Alternate I Statute 52.204-90 Offeror Identification Statute 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) Statute 52.209-12 Certification Regarding Tax Matters Statute 52.219-2 Equal Low Bids Statute 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products E.O. 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment Certification Other 52.222-52 Exemption from Application of the Service Contract Labor Standards for Certain Services-Certification Other 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Statute 52.223-4 Recovered Material Certification Statute 52.225-2 Buy American Certificate Statute 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate Statute 52.225-6 Trade Agreements-Certificate Statute 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan-Certification Statute 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications Statute 52.226-3 Disaster or Emergency Area Representation Statute 52.229-11 Tax on Certain Foreign Procurements Notice and Representation Statute 52.240-90 Security Prohibitions and Exclusions Representations and Certifications Statute Required Clauses: Number Title Source 52.203-6 with Alt I Restrictions on Subcontractor Sales to the Government Statute 52.203-13 Contractor Code of Business Ethics and Conduct Statute 52.203-17 Contractor Employee Whistleblower Rights Statute 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements Statute 52.204-9 Personal Identity Verification of Contractor Personnel Other 52.204-13 System for Award Management Maintenance Statute 52.204-91 Contractor identification Other 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Statute 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters Statute 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations Statute 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns Statute 52.219-6 Notice of Total Small Business Set-Aside Statute 52.219-6 with Alt I Notice of Total Small Business Set-Aside, with Alternate I Statute 52.219-8 Utilization of Small Business Concerns Statute 52.219-9 Small Business Subcontracting Plan Statute 52.219-9 with Alt I Small Business Subcontracting Plan, with Alternate I Statute 52.219-9 with Alt II Small Business Subcontracting Plan, with Alternate II Statute 52.219-9 with Alt III Small Business Subcontracting Plan, with Alternate III Statute 52.219-9 with Alt IV Small Business Subcontracting Plan, with Alternate IV Statute 52.219-14 Limitations on Subcontracting Statute 52.219-16 Liquidated Damages Subcontracting Plan Statute 52.219-33 Nonmanufacturer Rule Statute 52.222-3 Convict Labor EO 52.222-19 Child Labor Cooperation with Authorities and Remedies EO 52.222-35 Equal Opportunity for Veterans Statute 52.222-35 with Alt I Equal Opportunity for Veterans, with Alternate I Statute 52.222-36 Equal Opportunity for Workers with Disabilities Statute 52.222-36 with Alt I Equal Opportunity for Workers with Disabilities, with Alternate I Statute 52.222-37 Employment Reports on Veterans Statute 52.222-40 Notification of Employee Rights Under the National Labor Relations Act EO 52.222-41 Service Contract Labor Standards Statute 52.222-42 Statement of Equivalent Rates for Federal Hires Statute 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) Statute 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment Statute 52.222-50 Combating Trafficking in Persons Statute 52.222-50 with Alt I Combating Trafficking in Persons, with its Alternate I Statute 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements Other 52.222-53 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements Other 52.222-54 Employment Eligibility Verification EO 52.222-62 Paid Sick Leave Under Executive Order 13706 EO 52.222-90 Addressing DEI Discrimination By Federal Contractors EO 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items Statute 52.223-9 with Alt I Estimate of Percentage of Recovered Material Content for EPA-Designated Items, with Alternate I Statute 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons Statute 52.223-12 Maintenance Statute 52.223-20 Aerosols Statute 52.223-21 Foams Statute 52.223-23 Sustainable Products and Services Statute 52.224-3 Privacy Training Statute 52.224-3 with Alt I Privacy Training, with Alternate I Statute 52.225-1 Buy American-Supplies Statute 52.225-1 with Alt I Buy American-Supplies, with Alternate I Statute 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Statute 52.225-3 with Alt II Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate II Statute 52.225-3 with Alt III Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate III Statute 52.225-3 with Alt IV Buy American-Free Trade Agreements-Israeli Trade Act, with Alternate IV Statute 52.225-5 Trade Agreements Statute 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States Other 52.225-26 Contractors Performing Private Security Functions Outside the United States Statute 52.226-4 Notice of Disaster or Emergency Area Set-Aside Statute 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area Statute 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving EO 52.229-12 Tax on Certain Foreign Procurements Statute 52.232-29 Terms for Financing of Commercial Products and Commercial Services Statute 52.232-30 Installment Payments of Commercial Products and Commercial Services Statute 52.232-33 Payment by Electronic Funds Transfer System for Award Management Statute 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management Statute 52.232-36 Payment by Third Party Statute 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Statute 52.232-90 Fast Payment Procedure Statute 52.233-3 Protest After Award Statute 52.233-4 Applicable Law for Breach of Contract Claim Statute 52.240-91 Security Prohibitions and Exclusions Statute 52.240-91 with Alt I Security Prohibitions and Exclusions, with Alternate I Statute 52.240-92 Security Requirements Other 52.240-92 with Alt II Security Requirements with Alternate II Other 52.240-93 Basic Safeguarding of Covered Contractor Information Systems a0 52.244-6 Subcontracts for Commercial Products and Commercial Services Statute 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Statute 52.247-64 with Alt I Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate I Statute 52.247-64 with Alt II Preference for Privately Owned U.S.-Flag Commercial Vessels, with Alternate II Statute Additional contract requirements or terms and conditions: 52.222-90 ADDRESSING DEI DISCRIMINATION BY FEDERAL CONTRACTORS (APR 2026) (a) Definitions. As used in this clause Program participation means membership or participation in, or access or admission to: training, mentoring, or leadership development programs; educational opportunities; clubs; associations; or similar opportunities that are sponsored or established by the contractor or subcontractor. Racially discriminatory diversity, equity, and inclusion (DEI) activities means disparate treatment based on race or ethnicity in the recruitment, employment (e.g., hiring, promotions), contracting (e.g., vendor agreements), program participation, or allocation or deployment of an entity's resources. (b) In connection with the performance of work under this contract, the Contractor agrees as follows: The Contractor will not engage in any racially discriminatory DEI activities; The Contractor will furnish all information and reports, including providing access to books, records, and accounts, as required by the Contracting Officer, for purposes of ascertaining compliance with this clause; In the event of the Contractor's or a subcontractor's noncompliance with this clause, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor or subcontractor may be declared ineligible for further Government contracts; The Contractor will report any subcontractor's known or reasonably knowable conduct that may violate this clause to the Contracting Officer and take any appropriate remedial actions directed by the Contracting Officer; and The Contractor will inform the Contracting Officer if a subcontractor sues the Contractor and the suit puts at issue, in any way, the validity of this clause. The Contractor recognizes that compliance with the requirements of this clause are material to the Government's payment decisions for purposes of 31 U.S.C. 3729(b)(4). (c) The Contractor must include the substance of this clause, including this paragraph (c), in subcontracts at any tier, including those for commercial products and commercial services, except those where the place of delivery or performance is outside the United States. 852.211-76 Liquidated Damages - Reimbursement for Data Breach Costs (FEB 2023) (a) Definition. As used in this clause, contract means any contract, agreement, order or other instrument and encompasses the definition set forth in FAR 2.101. (b) Non-disclosure requirements. As a condition of performance under a contract, order, agreement, or other instrument that requires access to sensitive personal information as defined in VAAR 802.101, the following is expressly required - The Contractor, subcontractor, their employees or business associates shall not, directly or through an affiliate or employee of the Contractor, subcontractor, or business associate, disclose sensitive personal information to any other person unless the disclosure is lawful and is expressly permitted under the contract; and The Contractor, subcontractor, their employees or business associates shall immediately notify the Contracting Officer and the Contracting Officer's Representative (COR) of any security incident that occurs involving sensitive personal information. (c) Liquidated damages. If the Contractor or any of its agents fails to protect VA sensitive personal information or otherwise engages in conduct which results in a data breach, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $42.00 per affected individual in order to cover costs related to the notification, data breach analysis and credit monitoring. In the event the Contractor provides payment of actual damages in an amount determined to be adequate by the Contracting Officer, the Contracting Officer may forgo collection of liquidated damages. (d) Purpose of liquidated damages. Based on the results from VA's determination that there was a data breach caused by Contractor's or any of its agents' failure to protect or otherwise engaging in conduct to cause a data breach of VA sensitive personal information, and as directed by the Contracting Officer, the Contractor shall be responsible for paying to the VA liquidated damages in the amount of $42.00 per affected individual to cover the cost of the following: Notification related costs. Credit monitoring reports. Data breach analysis and impact. Fraud alerts. Identity theft insurance. (e) Relationship to termination clause, if applicable. If the Government terminates this contract, purchase order, or agreement, in whole or in part under clause 52.249-8, Default - Fixed-Price Supply and Service, or any other related FAR or VAAR clause included in the contract, in addition to the required liquidated damages for data breach-related expenses specified in paragraph (c) above, the Contractor is liable for excess costs for those supplies and services for repurchase as may be required under the Termination clause. (End of clause) 852.252-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.211-76 Liquidated Damages-Reimbursement for Data Breach Costs (FEB 2023) VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.239-70 Security Requirements for Information Technology Resources (FEB 2023) VAAR 852.239-75 Information and Communication Technology Accessibility Notice (FEB 2023) VAAR 852.239-76 Information and Communication Technology Accessibility (FEB 2023) VAAR 852.246-71 Rejected Goods (OCT 2018) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Noaa.Lanotte@va.gov by 10:00am MT, May 22, 2026. Name and email of the individual to contact for information regarding the solicitation: Noaa Lanotte Noaa.Lanotte@va.gov

View original listing