DOCUMENT
D -- Kalish Area Expansion - Attachment
- Notice Date
- 4/5/2013
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11813I0216
- Response Due
- 4/19/2013
- Archive Date
- 5/19/2013
- Point of Contact
- Matthew Truex
- E-Mail Address
-
0-9650<br
- Small Business Set-Aside
- N/A
- Description
- Introduction This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. The purpose of this RFI is to identify qualified contractors who are able to meet VA's requirements, determine if commercial items are available or, could be modified to meet VA's requirements, determine the appropriate contract type i.e., firm fixed-price or cost-reimbursement or time and material, understand commercial pricing practices and other market information readily available. The Department of Veterans Affairs (VA) National Consolidated Mail Outpatient Pharmacy (CMOP) is seeking potential sources for the installation and integration of Government furnished Enhanced Kalish Cell (EKC) 3406 pharmaceutical counting units with existing hardware and software at the Tuscon, Arizona, and Chelmsford, Massachusetts CMOPs. Background The National CMOP is a network of seven (7) highly-automated production facilities which employ a mixture of robotic medical devices and human factors to accurately fill and currently ship nearly 111,000,000 prescriptions per year (with growth projected annually) for healthcare beneficiaries including our nation's Veterans, active duty service members, and patients eligible for care through Indian Health Service (IHS). The CMOPs located in Tucson, Arizona and Chelmsford, Massachusetts are increasing the existing active EKC 3406 pharmaceutical counting units from 310 to 400 at each location. Additional counting units will increase the efficiency of the production system by allowing the dispensing of a wider variety of products concurrently. Requirements The Contractor shall install and integrate additional Government furnished EKC 3406 pharmaceutical counting units with the existing hardware and software at the Tucson, Arizona and Chelmsford, Massachusetts CMOPs. The Contractor shall provide all labor, permits, power and logic equipment, computers, software integration, and materials to accomplish this project. The Contractor shall also develop test procedures utilizing the Government provided test plan, conduct integration and testing of the installed units. Submittal Information This is a request for information (RFI) only. It is requested that all companies interested in participating in this effort note their interest and provide indication of their respective capabilities to perform the effort described in the attached Performance Work Statement (PWS), entitled "Kalish Area Expansion". Marketing material will not be accepted as an indication of capability. Companies must provide description of actual work performed that is relevant to the task areas in the attached PWS. It is also requested that the vendor respond to the following questions: 1.Capabilities/Qualifications (10 pages) - Description of the capabilities/qualifications/skills your company possesses to perform the work, to include but not limited to the following: a.Experience in installation of EKC 3406 Kalish counting units, and associated support structures. b.Experience in the integration of EKC 3406 Kalish counting units system with an existing production system, specifically QMSI software. c.Experience and process of integrating "Automotion Technologies" SJF-4PFH Vial Feeder/Label Applicator with internal hopper (120CC and 240CC vials) with existing conveyor systems. d.Experience and process of integrating "TRIPP Lite SmartPro" NET 3000 Uninterruptible Power Supplies (UPS) or Equivalent to Kalish Systems. e.Experience and process of integrating Power Control and Programmable Logic Circuit Panels sized for each new Kalish finger. f.Experience and process of integrating computer towers and peripherals that function with all new cells for implementation with an existing code structure. 2.Teaming Arrangements (1 page) - Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 3.Commercial availability (3 pages) - Description of the length of time your product/solution has been commercially available or, if necessary to modify your commercial product/solution, what is the impact to the commercial price, availability and magnitude of modification. 4.Socio-Economic Status (1 page) - Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 5.Price information (5 pages) - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Questions for Industry (3 pages) - Provide your input on the below questions. a.What type of centralized power supply would you recommend for the powering of all electrical sensor readers? b.Please provide a recommended spare parts list for the new Kalish expansion project? c.Describe the warranty terms and conditions for all parts and services provided? 7.Other Market Information (2 pages) - Provide any other relevant information; however this information must be included within the 25 page limitation. It is requested that interested contractors submit a response (electronic submission) of no more than 25 pages in length, single spaced, 12 point font minimum that addresses the above information. In response to the RFI, interested contractors shall submit the following information by close of business April 19, 2013, via email to matthew.truex@va.gov. This RFI is for planning purposes only and shall not be considered an Invitation for Bids, Request for Task Execution Plan, Request for Quotations or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Points of Contact: David Nostrant, Contracting Officer, Department of Veterans Affairs Technology Acquisition Center, Email david.nostrant@va.gov and Matthew Truex, Contract Specialist, Department of Veterans Affairs Technology Acquisition Center, Phone (732) 440-9650, Email matthew.truex@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d06951ec4552b0ef6f3a0889542ac6bd)
- Document(s)
- Attachment
- File Name: VA118-13-I-0216 VA118-13-I-0216.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=690798&FileName=VA118-13-I-0216-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=690798&FileName=VA118-13-I-0216-000.docx
- File Name: VA118-13-I-0216 CMOP PWS Kalish Area Expansion 04052013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=690799&FileName=VA118-13-I-0216-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=690799&FileName=VA118-13-I-0216-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-13-I-0216 VA118-13-I-0216.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=690798&FileName=VA118-13-I-0216-000.docx)
- Record
- SN03030003-W 20130407/130405234403-d06951ec4552b0ef6f3a0889542ac6bd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |