6515--Pyxis Support(MD) 36C255-26-AP-0912/589-26-2-1648-0012 (VA-26-00027627)
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.
Quick Summary
The Department of Veterans Affairs (VA) is conducting a Sources Sought for market research to identify qualified businesses capable of providing Pyxis Support (maintenance, repair, licenses, and subscriptions) for BD-Pyxis/CareFusion products. This support is required at the Kansas City VA Medical Center and its affiliated Community Based Outpatient Clinics (CBOCs) in Missouri and Kansas. This notice is for planning purposes only and is not a solicitation. Responses are due by February 18, 2026, at 3:00 PM CST.
Scope of Work
The contractor will furnish all parts, labor, and transportation for preventive maintenance and repair of BD-Pyxis/CareFusion products, including Pyxis Automated Dispensing Cabinets, Pyxis IV Prep (BD Cato), Pyxis Logistics Inventory Manager, Knowledge Portal, and Pyxis ES. This includes licenses and subscriptions for Pyxis ES and Pyxis IV Prep, but excludes the Pyxis Supply system. Services require onsite preventive maintenance, corrective maintenance, emergency repairs, and 24/7/365 access to a Technical Support Center. An Advanced Support plan with a 97% uptime guarantee is required. Onsite support has an 8-hour Guaranteed Response Time (GRT) from dispatch.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Period of Performance: One base year (March 1, 2026 – February 28, 2027) with four one-year option periods.
- Response Due: February 18, 2026, 3:00 PM CST
- Published Date: February 12, 2026
Eligibility & Set-Aside
A total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) firms is currently anticipated. However, if SDVOSB responses are inadequate, an alternate set-aside or full and open competition may be considered. Interested parties must have an active SAM.gov account and provide their Unique Entity ID if claiming SDVOSB preference.
Submission Requirements
Responses must include:
- Company information (Name, Address, POC, Phone, Email, UEI, CAGE, Tax ID)
- Business size status (SDVOSB, VOSB, HubZone, WOSB, Large Business) and NAICS code status
- Indication of manufacturer, distributor, or equivalent solution status
- Details on alterations/modifications if a small business distributor/reseller
- Subcontracting intentions and percentage breakdown
- FSS/GSA/NAC/NASA SEWP contract details and item availability on schedule
- General pricing for market research purposes
- A statement of capability demonstrating functional area expertise and experience.
Additional Notes
This notice is for planning purposes only; no contract will be awarded based on responses. The VA will not pay for response preparation costs. Extensive requirements for records management, information security, and privacy are detailed, including potential liquidated damages of $37.50 per affected individual in the event of a data breach involving sensitive personal information. Contractor personnel must be fully qualified, competent, and certified by BD-Pyxis/CareFusion and complete VA privacy and cybersecurity training.