J065--IDIQ POU System Maint & Support in support of the VISN 23 VAHCS
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 NETWORK CONTRACT OFFICE 23 (36C263), has awarded a firm-fixed-price, 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to PAR EXCELLENCE SYSTEMS, INC. for Point of Use (POU) System Maintenance & Support for the VISN 23 VA Health Care System. The award, valued at $4,181,277.44, was made on January 29, 2026. This acquisition was conducted as a sole-source procurement.
Scope of Work
The contract covers comprehensive maintenance and support services for the proprietary PAR Excellence Weight-Based Inventory Management System (WBIMS). Key services include software updates, system support, and the provision of an On-site Representative (OSR) to ensure immediate technical assistance and system oversight. The WBIMS automates medical supply tracking, replenishment, and management, aiming to enhance accuracy, reduce stockouts, and improve supply chain efficiency within VISN 23 VA Medical Centers.
Contract & Timeline
- Type: Firm-Fixed-Price IDIQ
- Duration: 5 years
- Value: $4,181,277.44
- Set-Aside: Sole Source (Other Than Full and Open Competition)
- Award Date: January 29, 2026
- Period of Performance: Anticipated February 1, 2026, to January 31, 2031
Evaluation
This award resulted from a sole-source procurement justified by the unique qualifications of PAR Excellence Systems, Inc. The agency determined that no other supplies or services could meet the requirements, as the WBIMS infrastructure is proprietary. Market research, including a Notice of Intent to Sole Source on SAM.gov, yielded no responses from other capable sources. The Contracting Officer ensured fair and reasonable pricing by comparing proposed costs to historical contracts and an Independent Government Cost Estimate (IGCE).
Additional Notes
Transitioning to a different provider for this system would incur significant operational disruption, cost, and time for system redesign and re-integration. This notice serves as an award announcement, signifying the conclusion of the bidding period for the original solicitation (36C26326Q0016).