J065--INTENT TO SOLE SOURCE | BASE PLUS FOUR OPTION YEARS 12/01/2025 to 11/30/2026 UCD 11/30/2030 | PAR Excellence Support & Service WASHINGTON DC VAMC (VA-26-00010740)

SOL #: 36C24526Q0108Special Notice

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Medical, Dental, And Veterinary Equipment And Supplies (J065)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 15, 2025
2
Last Updated
Dec 12, 2025
3
Action Date
Nov 26, 2025, 6:00 PM

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.

INTENT TO SOLE SOURCE

THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; THE FEDERAL GOVERNMENT WILL NOT BE AWARDING TO A THIRD-PARTY ENTITY THAT ACTS AS A PASS-THRU TO THE OEM. IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING

THE WORK. **A sole source contract award will result from this Notice.**

IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION.

**VENDOR RESPONSE SHALL INCLUDE THE BELOW**

Responses to this INTENT TO SOLE SOURCE shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34M, per SBA Table of Small Business Size Standards January 1, 2022) AND whether your company has special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.).

(A) COMPANY NAME

(B) ADDRESS

(C) POINT OF CONTACT

(D) PHONE, FAX, AND EMAIL

(E) DUNS NUMBER

(F) CAGE CODE

(G)TAX ID NUMBER

(H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL

SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK?

(I) Is your company considered small under the NAICS code identified under this RFI? (Size

standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019)

(J) Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract

holder with any other federal agency? If so, please provide the contract number.

(K) If your company holds a FSS GSA/VA NAC contract with other federal GWAC contract holders,

are the services requested available on your schedule/contract?

(L) General pricing of your products is encouraged. Pricing will be used for the purpose of

market research only. It will not be used to evaluate for any type of award.

AND

(J) ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR

COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** MUST

PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS

QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK

DESCRIBED BELOW. IF THE VENDOR IS AN SDVOSB/VOSB, BE PREPARED TO

DEMONSTRATE HOW IT WILL NOT SUB-CONTRACT THE WORK BY MORE THAN 51%,

PER VAAR 852.219-75, VAAR 819.7011(b) Contract clauses. (DEVIATION)

***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE,

CONTACT THE CONTRACTING OFFICER AT

AMY.WALTER1@VA.GOV .***BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED

STATEMENT OF WORK (SOW)

Washington DC VAM PAR Excellence Support & Service Contract

GENERAL INFORMATION

Title of Project: Washington DC VAMC Par Excellence Support Contract

Scope of Work: The contractor must provide all the resources necessary to accomplish the deliverables described in this statement of work (SOW).

Diagnose problems and determine whether such a problem is related to software or hardware covered by this Statement of Work. If such a problem is determined to be caused by software or hardware covered under this Statement of Work, PAR Excellence will correct the problem.

If the problem is Software related, the contractor must attempt to correct the problem via phone. If necessary, the contractor must make all required changes to the Software and related Deliverables.

Help desk services are available and accessible by telephone or e-mail. The help desk will assist Government in resolving a problem and obtaining general technical assistance, including queries on how to use the Products and requests for additional Documentation.

The contractor Support Staff are available 7AM - 8PM EST.

After Hours Support is available via an on-call Technician at all other times. To contact the on- call technician, Government must call via telephone. The Contractor On-Call Support Staff will respond to after-hour support request in a timely manner, generally within 30 minutes to one hour after the initial phone call.

The contractor may periodically release changes to the software ("Software Releases"), including support, updates or upgrades. These changes will be reviewed and approved through the VA OIT Technical Reference Model System. Once approved, updates will be scheduled via OIT and COTS.

The contractor solutions are monitored by PAR Excellence PTPS (Pro-Active Technical Product Support) PTPS automatically checks in with the contractor 4 times a day to verify system health PTPS may periodically send messages to the contractor to provide alerts to Support Staff Alerts from PTPS may require the contractor support staff to contact a VA employee for assistance to resolve the alert. This may require escalation from the local staff to local OIT, or National COTS.

Background: In October 2023 the DC VA Medical Center procured a contract via SAC, 36C10X24P0094 for a weight-based inventory management system. The vendor chosen was Par Excellence (previously known as Greenbrier) who partnered with a Service-Disabled Veteran Owned Small Business (SDVOSB) SDV Office Systems, LLC. The installation and management of the equipment for supply chain inventory is a success. Subsequently a support contract is now needed for the equipment that is now in place. Since the inception of the contract the manufacturer of the equipment has registered with SAM.gov and the Financial Management System and will no longer be working with SDV Office Systems, LLC.

Performance Period: The Washington DC VA Medical Center intends to establish a base plus 4 option years for PAR Excellence support services.

Federal Holidays

a) New Year's Day January 1

b) Martin Luther King's Birthday 3rd Monday in January

c) President's Day 3rd Monday in February

d) Memorial Day Last Monday in May

e) Juneteenth Jun 19th

f) Independence Day July 4th

g) Labor Day 1st Monday in September

h) Columbus Day 2nd Monday in October

i) Veteran's Day November 11

j) Thanksgiving Day Last Thursday in November

k) Christmas Day December 25

Any other day designated by the President as a national holiday. When one of the holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by US Government agencies.

Place of Performance:

Washington DC VA Medical Center: 50 Irving Street, Northwest Washington, DC 20422

Charlotte Hall VA Clinic: 29640 Three Notch Road Charlotte Hall, MD 20622

Fort Belvoir VA Clinic: 9300 Dewitt Loop Fort Belvoir, VA 22060

Lexington Park VA Clinic: 45870 East Run Drive East Run Center, Suite 300 Lexington Park, MD 20653

Montgomery County VA Clinic: 15810 Gaither Drive Shady Grove Development Park Suite 130 Gaithersburg, MD 20877

Southern Prince George s Country VA Clinic: 5801 Allentown Road, Suites 104 and 106 Camp Springs, MD 20746

CONTRACT AWARD MEETING

No scheduled kickoff meeting is required because base system installation is complete and support is available on day 1 contract.

GENERAL REQUIREMENTS

All written deliverables must be phrased in layperson language. Statistical and other technical terminology must not be used without providing a glossary of terms.

Government Responsibility

Government must provide IT resources that can verify ports are set up and operating correctly. When this is requested, the government response time should not exceed 24 hours.

Government must provide and maintain proper VLAN and ACL for PAR Excellence Controllers and Scales to be able to communicate to the server.

Government must provide adequate IP addresses for PAR Excellence controllers.

Government must provide PAR Excellence's Support Staff with CAG access. *If remote access to server is required for installation or Support of software, or to resolve an issue, VA personnel must provide remote (escorted) access within 24 hours of request. The facility COR is the responsible POC for this responsibility.

Government must always have one designated, appropriately qualified person to maintain security groups as required.

Maintain at least one spare scanner, if scanners are used by Government in connection with the Services.

Coordinate with PAR Excellence any support or maintenance needed with equipment provided by PAR. This includes but is not limited to commercially manufactured computers, protocol converters, printers, and all other devices associated with telecommunications and networking.

Government must always have two appropriately qualified people who have been trained and by PAR Excellence who will be available to complete the following tasks:

Turn the PAR Location equipment on or off

Disconnect and reconnect power from the PAR Location equipment

Change the battery of scanners, if used by Government

Properly register and exchange PAR Location equipment

Visually and verbally assist Service Provider in diagnosing PAR Location equipment problems.

Maintain the system database.

CHANGES TO STATEMENT OF WORK

Any changes to this SOW must be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO must be borne by the contractor.

REPORTING REQUIREMENTS

The contractor must provide the COR at each facility with monthly written progress reports. These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month.

PAR will provide monthly reports to show support transactions that came into the PAR Help Desk via call or email. The progress report must be sent to the COR.

CONFIDENTIALITY AND NONDISCLOSURE

It is agreed that:

The preliminary and final deliverables which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and must be submitted to the CO at the conclusion of the contract. Subject to and conditioned on Customer's and its Authorized Users' compliance with the terms and conditions of this Agreement, PAR hereby grants to Customer a non­ exclusive, non-transferable right to access and use the Software during the Term, solely for use by Authorized Users in accordance with the terms and conditions herein. Such use is limited to Customer's internal use.

The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information must be released by the contractor. Any request for information relating to this contract, presented to the contractor, must be submitted to the CO for response.

Press releases, marketing material, or any other printed or electronic documentation related to this project, must not be publicized without the written approval of the CO.

People

Points of Contact

AMY WALTERCONTRACTING OFFICERPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Award Notice
Posted: Dec 12, 2025
View
Version 1Viewing
Special Notice
Posted: Nov 15, 2025
J065--12/15/2025-12/14/2026 B 4 | 688C60118 | PAR Excellence Support & Service | SOLE SOURCE ONE BASE YEAR PLUS FOUR OPTION YEARS | WASHINGTON DC VAMC | GovScope