6515--VISN 1 Robot Delivery System BPA
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), specifically VISN 1, is soliciting proposals for a 5-year Blanket Purchase Agreement (BPA) for Autonomous Mobile Robot (AMR) Delivery Systems. This unrestricted procurement aims to establish an enterprise-wide solution for automated delivery operations across all VISN 1 VA medical centers. Proposals are due May 21, 2026, at 1:00 PM EDT.
Scope of Work
The selected contractor will provide all necessary AMR equipment, system infrastructure, installation, configuration, and comprehensive user training. The scope includes full preventive and corrective maintenance, 24/7 remote technical support, and software updates. AMRs must be capable of autonomous navigation, obstacle detection, and continuous operation for at least 10 hours daily, supporting the delivery of medications, laboratory specimens, supplies, and related materials. The BPA also requires the trade-in or disposal services for existing Aethon TUG robots (totaling 18 units across 6 facilities) and the provision of 21 new AMR units.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: 5 years
- Pricing Basis: Firm-Fixed-Price orders
- Set-Aside: Unrestricted
- NAICS Code: 339113 (Surgical Appliance and Supplies Manufacturing)
- Size Standard: 800 Employees
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Place of Performance: All VISN 1 locations, including VA Medical Centers in Massachusetts (Jamaica Plain, West Roxbury), Vermont (White River Junction), Rhode Island (Providence), Maine (Togus), and New Hampshire (Manchester).
Performance Standards
Key performance metrics include:
- Fleet Uptime: ≥ 99.5% monthly
- Incident Response: Phone within 1 hour; Onsite within 4 hours
- Mean Time to Repair (MTTR): < 8 hours from onsite arrival
- Patch & Vulnerability Management: Security patches within ≤ 30 days; emergency patches within ≤ 7 days
- Training Completion & Competency: 100% trained; ≥ 90% pass rate for assessments
- Customer Satisfaction: Average score ≥ 4.5/5
Submission & Evaluation
- Proposal Submission Deadline: May 21, 2026, at 1:00 PM EDT
- Questions Deadline: May 15, 2026, at 1:00 PM EST
- Submission Method: Electronically via email to dewan.britton@va.gov
- Submission Structure: Proposals must include Volume I (Technical), Volume II (Price), and Volume III (Past Performance).
- Evaluation Factors: Technical capability, Price, and Past Performance. Award will be made to the offeror whose proposal is most advantageous to the Government, considering all factors.
Contact Information
- Primary Point of Contact: Dewan C Britton-Contractor, Contract Specialist
- Email: dewan.britton@va.gov