Opportunity

SAM #36C24926Q0193

Sole Source Procurement of PAR Excellence Weight-Based Inventory Management Systems for VA Medical Centers

Buyer

Vanco 9

Posted

May 12, 2026

Respond By

May 27, 2026

Identifier

36C24926Q0193

NAICS

333998, 423490, 541512, 238390

The Department of Veterans Affairs (VA), Network Contracting Office 9, is planning a sole source procurement for PAR Excellence weight-based inventory management systems (WBIMS) to enhance inventory tracking at VA medical facilities in Tennessee and Kentucky. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 9 (NCO 09) - Contracting office located in Murfreesboro, TN - OEM Highlight: - PAR Excellence Systems Inc. is the exclusive manufacturer and supplier of the WBIMS equipment and software - Products and Quantities: - PAR Individual Scales: 1,837 units - Small & Medium Platform Scales: 2,085 units - Large Platform Scales: 1,936 units - Controller, Replenish, Ethernet: 41 units - PX3516 Cath Hanger w/ Multi Scales (2 frame/20 scales): 7 units - PX3580-1 Louver Mount Kit: 7 units - PAR Hardware Accessories: 1 unit - Plastic Storage Bins: 2 units - Shelving - Dunnage Racks plus liner: 12 units - SC247284-5 Chrome Wire Shelving Unit: 322 units - PX7532 Double-Wide Mass Med Cabinet and Louver Cart Panel: 11 units - PX7532-C Double-Wide Mass Med Cabinet and Louver Cart Panel: 2 units - PX7534 Single-Column Mass Med Cabinet with Louver Cart Panel: 2 units - QS-LR36 qwikSIGHT Mobile Louvered Panel Units, 36": 48 units - PEQLP-1819 Louver Panel, 18" W X 19" H: 5 units - PEQLP-3619 Louver Panel, 36" W X 19" H: 6 units - PX7921 Louver, Extruded, 32", Beige, 4 Tab: 2 units - PX9186 PAR Bins Replenish License: 4 units - Services: - Onsite Implementation Services: 3,414 hours - Installation of louver panels and related infrastructure - Notable Requirements: - Only PAR Excellence WBIMS is compatible with the VA's Generic Inventory Package (GIP) system - The procurement supports new outpatient clinics and infrastructure upgrades - Sole source justification based on OEM exclusivity and integration requirements - Place of Performance: - Tennessee Valley Healthcare System (TVHS), Nashville, TN - Lexington VA Medical Center (VAMC), Lexington, KY - Contracting Office: - Network Contracting Office 9, Murfreesboro, TN

Description

Notice of Intent to Sole Source Notice of Intent to Sole Source Page 3 of 3 Notice of Intent to Sole Source =Required Field Notice of Intent to Sole Source Page 1 of 3 SUBJECT Notice of Intent to Sole Source- TVHS and LEX additional PAR Excellence Equipment Install GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24926Q0193 RESPONSE DATE/TIME/ZONE 05-27-2026 10AM EASTERN TIME, NEW YORK, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE SET-ASIDE PRODUCT SERVICE CODE* 6670 NAICS CODE* 333998 PLACE OF PERFORMANCE Department of Veterans Affairs Tennessee Valley Healthcare System (TVHS) 1310 24th Ave S Nashville, TN 37212 USA PLACE OF PERFORMANCE Department of Veterans Affairs Lexington (LEX) VA Medical Center (VAMC) 2250 Leestown Road Lexington, KY 40511 USA CONTACT INFORMATION CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) 1639 Medical Center Parkway, Suite 204 Murfreesboro TN 37129 POINT OF CONTACT* Contracting Specialist Ryan Mick Ryan.Mick@va.gov 423-979-1408 DESCRIPTION This notice is in accordance with (IAW) Federal Acquisition Regulation (FAR) Overhaul 5.3. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 09, hereby provides notice of its intent to award a sole source, firm-fixed price contract for the product/service listed below to a large business, PAR Excellence Systems Inc. (ParEx), headquarters out of Cincinnati, Ohio. The contract is expected to be awarded under the authority of FAR Overhaul 12.102(b). A Sole Source Justification has been prepared. The anticipated award date is no later than 07-01-2026. The contractor will provide the product/service listed below to the place of performance listed on the cover page of this notice. Tennessee Valley Healthcare System (TVHS) and Lexington (LEX) VA Medical Center (VAMC) facilities are requesting additional PAR Excellence (ParEx) weight-based inventory management system (WBIMS) at multiple locations. The facilities are requiring additional equipment due to projected openings of additional community-based outpatient clinics (CBOC) and completing internal infrastructure. These systems include hardware, software, and installation services. The weight-based inventory management system allows the VA to achieve financial and operational improvements that hospitals strive to deliver better patient care while minimizing product waste and labor costs. This system tracks inventory in real-time, ensuring efficient operations and improved patient care. Market Research shows that the weight-based inventory management system (WBIMS) is manufactured by PAR Excellence Systems Inc. Research reveals that the required WBIMS only can be procured through PAR Excellence. Research reveals that PAR Excellence had a partnership with SDV Office Systems, LLC (SDVOSB), but are not currently partnered with them any longer on any future contracts. Additionally, Greenbrier Government Solutions (SDVOSB) places OSR s (On-Site Resource) at VA facilities. They do not have the authority to distribute any equipment or software. There is no competition anticipated for this acquisition. Market research consisted of the following: reviewed the results of recent market research undertaken to meet similar or identical requirements; queried commercial and the Government-wide database of contracts and other procurement instruments intended for use by multiple agencies; participated in interactive, online communication among industry, acquisition personnel, and customers; reviewing catalogs and other generally available product literature published by manufacturers, distributors, and dealers or available on-line. Items Required: The additional equipment installation will take place at TVHS and Lexington facilities. This procurement consists of PAR Scale Products, PAR Hardware Accessories, Software License Fees, Onsite Implementation Services. Period of Performance: 150 days ARO NAICS code: 333998 All Other Miscellaneous General Purpose Machinery Manufacturing. (SBA Small Business Size Standard: 700 Employees) PSC: 6670 Scales and Balances. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement and may submit a bid, proposal, or quotation (as appropriate) that the agency shall consider within the given closing/due date of this notice. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer. Interested parties are encouraged to furnish information by email only with RESPONSE TO SOLE SOURCE NOTICE 36C24926Q0193 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Ryan Mick, contracting specialist, by email at Ryan.Mick@va.gov NO LATER THAN the given closing date and time on this notice. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities like an authorized distributor/reseller letter from their source of supply if not a manufacturer that will demonstrate the ability to support this requirement.

View original listing