6515--Notice of Intent to Sole-Source Omnicell Cabinet Upgrade
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Special Notice
Special Notice
Page 4 of 4
Special Notice
*= Required Field
Special Notice
Page 1 of 4
NOTICE OF INTENT TO AWARD SOLE SOURCE
I. The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77056 in support Overton Brooks VA Medical Center of Shreveport, Louisiana, intends to solicit and award Sole Source, Firm-Fixed-Price, contract to one Service-disabled Veteran-Owned Small Business (SDVOSB) source, TrillaMed, LLC.
TrillaMed, LLC.
20300 W. 12 Mile
Suite 103
Southfield, MI 48076
The Overton Brooks VA Medical Center of Shreveport, Louisiana, is seeking a contractor that shall provide all labor, materials, equipment, transportation, lodging and supervision necessary to provide the purchase and installation of new Omnicell consoles for 11 half-height medication cabinets and 18 full height supply cabinets along with the installation thereof, and the server upgrade required which includes all licensing and functioning software. There is an upgrade of older cabinets in order to comply with the mandated and compatible update of new windows version, as the current system with end-of-life equipment is no longer supported. Omnicell equipment is currently being utilized at Overton Brooks VA Healthcare System, with supportive and awarded contracts for the required plans, allowing proper equipment usage of the specified gear listed in the statement of work (SOW). All equipment is located at the Overton Brooks VAMC, 510 East Stoner Ave, Shreveport, Louisiana 71101. Due to the required software compatibility/maintenance and equipment maintenance for successful Veteran support and medical care, the government must sole-source due to the proprietary OEM restrictions.
The Omnicell equipment to be included within this equipment upgrade shall be:
Product
Description
Qty
MED-CNS-501
XTEXTEND CONSOLE, HALF-HEIGHT
11
MED-PCB-501
XTEXTEND CONSOLE, FULL HEIGHT
18
IFS-SRV-006
OIS WIN2019 SERVER
1
OMC-LIC-032
OC REMOTE ACCESS LICENSE WIN2019, UPG
5
OMC-SRV-091
OC SERVER WIN2019 21-175 DEVICES
1
OMC-SRV-094
OC VIRTUAL WIN2019 TEST SERVER
1
II. The North American Industry Classification (NAICS) code for this acquisition is 339112, Irradiation Apparatus Manufacturing. Size Standard 1,000 employees.
III. This procurement is being conducted under Federal Acquisition Regulation (FAR) Parts 12 and 13 under the authority of FAR 6.302-1 in accordance with (IAW) FAR Part 13.106-1(b) Soliciting from a single source as well as IAW FAR Part 19.1406 Sole source awards.
IV. The anticipated award date is November 25, 2025. The Government intends to award a Firm-Fixed-Price Contract/Task Order.
V. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s technical expertise, certifications, and original equipment manufacturer (OEM) authorization to compete for this acquisition to provide the required supplies to include a rationale for why you should be considered. The government reserves the right to verify any request additional documentation submitted.
VI. Interested parties may identify their interests, OEM authorization, OEM training and capability meet the government requirement and respond to this notice within fifteen (4) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.
Interested parties may identify their interest solely via email to Contracting Officer, Le Kisha Douglas, MPA LeKisha.Douglas@va.gov no later than November 18, 2025, 13:0 Central Standard Time (CST). When responding to this announcement, respondents should include " 36C25626Q0135 Notice of Intent" in the subject line.
VII. Late responses may not be accepted. No telephone inquiries will be accepted nor will phone
calls be returned. Only emailed responses will be considered. Information received will be
utilized solely for determining whether to conduct a competitive procurement. A determination
not to compete this proposed acquisition based upon responses to this notice is at the sole
discretion of the Government.
See attached document: DRAFT SOW .