Compact Robotic Prescription Dispensing System - FCI Leavenworth
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 Federal Bureau of Prisons, FCI Leavenworth is soliciting proposals for a Compact Robotic Prescription Dispensing System Lease Agreement. This opportunity seeks a five-year monthly lease for a fully automated system to support the Health Services Department pharmacy at FCI Leavenworth, Kansas. The contract is a Firm-Fixed Price arrangement, with proposals due by April 10, 2026, at 07:00 AM CT.
Scope of Work
The requirement is for the lease of a compact robotic prescription dispensing system (e.g., CRS 150 or equivalent) for a 60-month term (one base year and four 12-month option years). The system must meet specific dimensions (50.38" W x 20" D x 76.5" H) and include an SP Central Platform (server and datapoint), Pharmacy Printer, Smart Card Scanners, Standard Interface, and Host Based System Security. It must be fully automated, including all necessary software, firmware, and licenses, and capable of interfacing with the Bureau Electronic Medical Record (BEMR) and BOPNet Authorized Items List.
The contractor will be responsible for comprehensive services, including labor, supervision, transportation, delivery, installation, configuration, implementation, testing, maintenance, repair, replacement parts, and technical support. This includes training on system functions, troubleshooting, and service reporting. Maintenance and repair services require dispatch within one business day for Government-placed orders, with a provision for permanent system replacement if repairs are not completed within 14 calendar days.
Contract Details
- Contract Type: Firm-Fixed Price, five-year monthly lease.
- Period of Performance: Base year from May 1, 2026, to April 30, 2027, with four subsequent 12-month option years, extending through April 30, 2031.
- Set-Aside: Unrestricted, with small businesses encouraged to bid.
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing).
- Product Service Code (PSC): 6530 (Hospital Furniture, Equipment, Utensils, And Supplies).
- Place of Performance: Federal Correctional Institution Leavenworth, Leavenworth, KS 66048.
Submission & Evaluation
- Offer Due Date: April 10, 2026, at 07:00 AM CT.
- Submission Method: Electronically via email to t4robinson@bop.gov in PDF format only. Faxed or hand-delivered quotes will not be accepted.
- Eligibility: All potential quoters must be registered in the System for Award Management (SAM) database and include their Data Universal Number System (DUNS) number.
- Evaluation Factors: Award will be based on the most advantageous quotation, considering Factor 1: Price (total price for base and all option years) and Factor 2: Past Performance (recent and relevant). The Government intends to make an award without discussions.
Contact Information
For questions and submissions, contact Tiffani Robinson at t4robinson@bop.gov or 913-578-1302.