DOCUMENT
65 -- OMNICELL PACKAGER Brand Name or Equal - Attachment
- Notice Date
- 1/23/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q0195
- Response Due
- 1/31/2018
- Archive Date
- 5/1/2018
- Point of Contact
- Overton Spence
- Small Business Set-Aside
- N/A
- Description
- Sources Sought _ 36C25918Q0195 Omnicell Packager or Equal Page 1 of 6 This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal. An award will not be made on offers received in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing information provided. Responses shall be submitted to overton.spence@va.gov by 9:00am MST on Wednesday, 31 January 2018. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Own Small Business (SDVOSB) vendors relative to the North American Industry Classification System (NAICS) Code 339112. Department of Veterans Affairs, Network Contracting Office 19 (NCO19) is seeking responses to this request for information from interested, capable firms that can meet the requirements set forth below; Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the brand name product outlined in this request. In addition to providing all documents necessary to validate the below requirements can be met (or exceeded), interested vendors shall include with their response; Complete Company Name and Address: DUNS Number: Applicable NAICS Code and Business Size: Company Point of Contact (PCO) Name: Email Address: Phone Number: Teaming Agreements or Joint Venture Partners (if Large Business): Delivery and installation lead-time: Place of Manufacture: State if items are available through an existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. 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. Statement of Work DAT EQ018 Pharmacy Packager VA Rocky Mountain Regional Medical Center Denver, CO PURPOSE The purpose of this requirement is to deliver and install a Pharmacy Packager as part of the initial outfitting of the newly constructed VA Rocky Mountain Regional Medical Center located at 1700 N. Wheeling Street, Aurora, CO 80045. SCOPE The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.5.1. Dispensing System, Prescription, Robotic, Unit Dose (JSN U4173.A) Quantity: 1 Basis of Design: Omnicell Packager II 336 or equal Specifications/Salient Characteristics: Fully automated Medication Packager to create batch or patient-specific oral-solid unit-dose packages. Scalable system designed to enable bulk medication purchasing and secure storage. Automatically produces bar codes on unit dose packages. Includes an integrated dispensing tray for low volume medication packaging, with a capacity of approximately 60 doses per tray. Holds approximately 336 Canisters Unit Dose Packaging Speed: 60 packets / minute Printing System: Thermal transfer, unlimited fonts, vertical / horizontal printing User Interface: Color Touch screen System must integrate with Vista/CPRS via HL7 and VA Active Directorry PIV for end user access control Approximate Dimensions: Height: 79 Depth: 37 + 40 Clearance Width: 51 + Clearance for access to canisters, maintenance, and air circulation Weight: 1600 lbs Power and Operational Requirements: Power Use: no greater than 1,400 VA Power Supply: 120 VAC; 50-60 Hz Accessories/Configuration: (1) Workflow Interface Bundle (WRX-BDL-009 or equal) (1) Humidity Proof Paper, 6 rolls (WRX-OPT-020 or equal) (1) Ink Ribbon Cassette, 10 rolls (WRX-OPT-022 or equal) (1) Software, 5 Users (WRX-SRV-017 or equal) (1) System Admin Training, 2 days (WRX-TRN-001 or equal) DELIVERY AND INSTALLATION COORDINATION: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting as specified in 2.6.2.3 below to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: No earlier than 15 January 2018, no later than 31 January 2018 Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.2.6 Coordination). The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 60 days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the VA Rocky Mountain Regional Medical Center, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufactures s name marked thereon. Deliveries shall be marked with the PO and contract number. Items on delivery vehicles not equipped with a Lift Gate will not be accepted. The delivery will have to be rescheduled and any delivery charges will be the responsibility of the Contractor. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install are: Chuck Hardenstein (W) 720-857-5205 (C) 303-525-8502 Charles.Hardenstein@va.gov Steve Dewese (W) 720-857-5075 (C) 406-781-1297 Stephen.Dewese@va.gov INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE. Minimum requirements are hard hat, over the ankle boots, reflective safety vest, eye protection and gloves. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. If the requirements in sections 2.7.1, 2.7.2 and 2.7.3 are not adhered to the delivery will be rejected and be rescheduled at Contractors expense. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation and Maintenance Manuals Binders - Quantity (2) each for items identified in section 2.5. Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors.. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items that require simple repair, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0195/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q0195 36C25918Q0195.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4034842&FileName=36C25918Q0195-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4034842&FileName=36C25918Q0195-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q0195 36C25918Q0195.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4034842&FileName=36C25918Q0195-000.docx)
- Record
- SN04797285-W 20180125/180123231459-979c10d8a49f6ed29bf07600c6f0ba94 (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 |