SOLICITATION NOTICE
65 -- LEASE FOR PHARMACY EQUIPMENT - Supporting Documentation
- Notice Date
- 9/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
- ZIP Code
- 74017
- Solicitation Number
- CLA-15-Q-0023
- Archive Date
- 10/2/2015
- Point of Contact
- LaDonna Collins, Phone: 9183426447, Eileen S. Soban, Phone: 9183426511
- E-Mail Address
-
ladonna.collins@ihs.gov, eileen.soban@ihs.gov
(ladonna.collins@ihs.gov, eileen.soban@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- Business Associate Agreement Clause General Specifications of Requirement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is CLA-15-Q-0023 for a highly automated, completely walk-away will-call system for the safe and accurate dispensing of patient medications pharmacy equipment. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This acquisition is full and open competition. The NAIC code is 532490 and the small business size standard is $32.5M. Performance shall be at the Claremore Indian Health Center, 101 South Moore Avenue, Claremore, Oklahoma 74017-5047. Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. FAR 52.212-1 Instructions to Offerors - Commercial applies to this acquisition. https://www.acquisition.gov/far/index.html Evaluation will be based on price and past performance, ability to meet the specifications and shall meet the following technical requirements: Three (3) letters of reference must be included. The references should include statements regarding the reduction of medication errors, the improved efficiency and accountability, quantity (volume) of work, quality of work and timeliness of delivery. Technical Requirements 1. Shall reduce dispensing errors of handing out another patient's medication that are filled correctly in will-call 2. Provide real-time & immediate accountability of access to the medications stored in the lockable cabinets 3. Hardware and software 4. Confidentiality/Privacy/Security of Protected Health Information 5. Installation, Testing, Support and other services 6. Experience of the Organization Quotes are due September 17. 2015, 09:00 a.m. CDT via email to ladonna.collins@ihs.gov at Claremore Indian Hospital, 101 S. Moore Ave, Claremore, OK 74017-5047 The statement of work is attached. Clauses incorporated by reference FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.223-6 Drug Free Workplace HHSAR 352.242-71 Tobacco-Free Facilities HIPPA Business Associate Agreement Clause is attached. Lease of Equipment is all inclusive for the maintenance support, installation and testing, training and equipment for the Claremore Indian Hospital. Base Year - Period of Performance is one-year, to be determined upon an award Lease Year 1 tiny_mce_marker__________ Option Year 1 Period of Performance is one-year, to be determined upon an award Lease Year 2 tiny_mce_marker__________ Option Year 2 Period of Performance is one-year, to be determined upon an award Lease Year 3 tiny_mce_marker__________ Option Year 3 Period of Performance is one-year, to be determined upon an award Lease Year 4 tiny_mce_marker__________ Option Year 5 Period of Performance is one-year, to be determined upon an award Lease Year 5 tiny_mce_marker__________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Claremore/CLA-15-Q-0023/listing.html)
- Place of Performance
- Address: 101 South Moore Avenue, Claremore, Oklahoma, 74017, United States
- Zip Code: 74017
- Zip Code: 74017
- Record
- SN03884337-W 20150916/150914235225-5c9be7900c511a83a8cec334a4f84eec (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 |