Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

J065--PAR EXCELLENCE SYSTEMS, INC - MAINTENANCE SUPPORT SERVICES

Active
36C26226Q0441Federal
AI Contract Overview
Show more

The Department of Veterans Affairs (VA) Phoenix VA Health Care System is conducting a sources sought announcement to identify qualified small businesses, including Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone, Women Owned, and other small businesses, capable of providing maintenance support services for PAR Excellence systems. This announcement is strictly for market research purposes and does not constitute a solicitation or a commitment to award a contract. Interested businesses must submit detailed written responses demonstrating their technical expertise, including company information, business classification, and a capability statement that clearly outlines their qualifications to perform the required services. The services to be provided include diagnosing and resolving issues related to software or hardware covered under the specified Statement of Work, with corrective actions taken when problems are identified. The support model involves no on-site service or upgrades; staff training will cover hardware modifications during system installation, and software upgrades will be managed remotely. The vendor will offer a warranty for hardware purchased from them, covering defects for either one year or the manufacturer’s warranty period. Support will be available 24/7 via telephone to troubleshoot and correct problems, with additional assistance provided for non-covered issues on a billable basis after customer approval. The anticipated NAICS code for this acquisition is 541990, with an estimated value of $19.5 million. Responses are due by 10:00 am MST on March 9, 2026, and must be submitted electronically to the designated contracting officer. The government emphasizes that it is not obligated to issue a solicitation or award a contract based on this announcement, and it encourages registration in SAM and SBA’s DSBS registry for eligible businesses.

General Info

VA seeks qualified small businesses for remote maintenance support of PAR Excellence systems, no onsite.

Agency

Department Of Veterans Affairs → 262-NETWORK Contract Office 22 (36C262)

View Agency

NAICS

541990 - All Other Professional, Scientific, and Technical Services

View NAICS

Place of Performance

Phoenix Veteran Affairs Healthcare System, Phoenix, AZ, 85012

Set-Aside

NONE
Documents(1)

36C26226Q0441.docx

DOCX

AI Contract Breakdown
Uniform Contract Format

What is UCF?

Uniform Contract Format (UCF) uses AI to break down any contract into standardized sections—scope, pricing, deliverables, and evaluation criteria.

Timeline
PhaseSources Sought
Posted

Sources Sought

Response Deadline

Submission deadline

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Veterans Affairs → 262-NETWORK Contract Office 22 (36C262)
Contacts1 person available
OfficeGilbert, AZ, 85297, USA
Organization / Agency
Department Of Veterans Affairs → 262-NETWORK Contract Office 22 (36C262)
View Agency Profile
Office Address

Gilbert, AZ, 85297, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. 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. Responses to this notice shall include the following: (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 Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Department of Veteran Affairs, Phoenix VA Health Care System located at 650 E. Indian School Road, Phoenix, AZ 85012 to provide Par Excellence support services to diagnose problems and determine whether such problem is related to software or hardware covered by this Statement of Work. If such problem is determined to be caused by software or hardware covered under this Statement of Work, Service Provider will correct the problem.
Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541990 ($19.5 Million dollars).
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov. All interested Offerors should submit information by e-mail to felicia.simpson@va.gov All information submissions to be marked Attn: Felicia Simpson, Contract Specialist and should be received no later than 10:00 am MST on March 9, 2026.
PAR Excellence Support Services PAR Excellence s support model does not require on-site service or upgrades. Staff with be trained to add/delete/swap hardware during the installation of the system. Any software upgrades will be done remotely and are included in your support pricing for software that has been purchased. 1. Support Services. Service Provider shall provide the following support services ( Support Services ):
Diagnose problems and determine whether such problem is related to software or hardware covered by this Statement of Work. If such problem is determined to be caused by software or hardware covered under this Statement of Work, Service Provider will correct the problem. Service Provider warrants any hardware equipment purchased by Customer from Service Provider ( Hardware ) against defects in materials and workmanship for a period of (a) one year following delivery of such Hardware if the Hardware is manufactured by Service Provider (b) to the extent and duration provided by the manufacturer of such Hardware, if it is manufactured by a third party. If a defect is identified in Hardware manufactured by Service Provider, Service Provider will, at its option, repair or replace the product at no charge provided it is returned during the warranty period, with transportation charges prepaid, to Service Provider. This warranty does not apply if the Hardware has been damaged by external electrical fault, accident, acts of nature, disaster, abuse, misuse, improper cleaning, improper use, improper storage or misapplication, such as, but not limited to, use of liquid or spray cleaners on electric or electronic products; has been modified without the written permission of Service Provider or if any Service Provider serial number has been removed or defaced. Service Provider may use remanufactured, refurbished, or used parts and modules in making warranty repairs. If the problem is Software related, Service Provider shall attempt to correct the problem via phone. If necessary, Service Provider shall make all required changes to the Software and related deliverables. Make its staff readily available by telephone to diagnose and correct problems for Customer 24 hours a day, seven days a week. Provide reasonable assistance to the customer in solving problems that are not caused by Software or Hardware covered under this Agreement. Service Provider reserves the right to charge the customer for such assistance at Service Provider s then-current technical consulting rates if, in Service Provider s opinion, this assistance becomes excessive. Service Provider will obtain approval before beginning any billable task as referenced in this paragraph.

Similar Contracts

NAICS: 541990
New
State

Enterprise Business Management Support Services

The contract seeks comprehensive enterprise business management support services for the Office of Field Operations (OFO) within Customs and Border Protection, aimed at enhancing critical national security mission sets across passenger processing, cargo processing, travel, and trade in land, air, and sea environments. The vendor will provide integrated management strategies covering all seven OFO Headquarters Directorates, 21 Field Offices, and 328 Ports of Entry to ensure consistent identification and response to national security needs. Services include strategy development aligned with executive priorities, facilitation of inter-directorate coordination for data-driven resource development, leadership and workforce resiliency training designs, and identification of innovative technology solutions to improve lawful trade and travel while reducing administrative burdens on Officers. Support may include local, full-time services both within the continental United States and overseas. This effort builds on existing contract support personnel currently numbering 93 and requires a vendor capable of delivering cross-functional synergies, cost efficiencies, and adaptability to emerging OFO operational needs. The solicitation is posted as an unrestricted RFQ under NAICS code 541990 on OASIS+, with performance centered in Washington, D.C. Key contacts include Heather Landgrover and Small Business Specialist David Harrod. The contract emphasizes a holistic approach to future capability assessments, strategic planning, and innovative management solutions to maintain OFO’s advancement in a dynamic threat environment.

Customs And Border Protection

POSTED

about 14 hours ago

DEADLINE

N/A

View Details