Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

65 -- Pharmacy FastPak Medication System - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618U0093
 
Response Due
8/7/2018
 
Archive Date
11/5/2018
 
Point of Contact
Phyllis Shealey
 
E-Mail Address
phyllis.shealey@va.gov
(phyllis.shealey@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation for Commercial Items Page 5 of 5 General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25618U0093 Posted Date: August 1, 2018 Current Response Date: August 7, 2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 333913 Contracting Office Address DEPARTMENT OF VETERANS AFFAIRS Overton Brooks VA Medical Center 510 E. Stoner Ave Shreveport, LA 71101 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Overton Brooks VA Medical Center, 510 E. Stoner Ave., Shreveport, LA 71101 is seeking to purchase a Pharmacy FastPak EXP Medication System. This is a Total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. In order to qualify for this set-aside, firms must be registered in the Vendor Information Pages at https://www.vip.vetbiz.gov/. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, dated 05/31/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 333913, with a small business size standard of 750 Employees. All interested companies shall provide quotation(s) for the following: Scope: The VA Pharmacy has a requirement, brand name or equal to, FastPak EXP high-speed medication packaging and dispensing system for packing bulk bottle medications into a unit dose pouch for individual patients. Unit should be able to support oral solid dispensing needs to include clearly labeling package with drug name, patient name, strength and description. Schedule of Items and Specifications: CLIN Item# Description Qty Unit Price Total Price 00001 991379 FastPak EXP 256R/645 Narrow 1 00002 2M9900INS FastPak Implementation Fee 1 00003 2M3000 Pharmacy Information System Interface 1 00004 2M9701-EXP EXP Replenishment Kit with Scanner 1 00005 SVEXPBS Equipment Support FastPak EXP Basic Service 1 ESTIMATED TOTAL COST Specifications/Characteristics: Minimum technical specs must be provided: Dimensions can be no bigger or smaller than 41 W x 31 D x 82 ¼ H Dispensing speed can be no less than up to 65 pouches per minute Have as the least Windows Server 2008 with Windows & Client Must have as a minimum a touch screen monitor Must have as a minimum a Keyboard and mouse Must have as a minimum a Laser Printer Must have as a minimum a biometric reader Must have as a minimum a canister label printer Must have as a minimum power requirements 115VAC, 60Hz 437 W 3.8amp Dispensing accuracy must be at a minimum of 99.5% for both unit and multi-dose dispensing Interfaces at a minimum with flat files, HL7 messaging for ODBC transferred via diskette, on-line serial or network communications Barcode formats at a minimum must be 39, 128, PDF417, and Data Matrix Universal tray at a minimum must contain 64 medications on board Oral solid canisters at a minimum must contain 330 ml each, up to 320 total canasters Delivery: Overton Brooks VA Medical Center Warehouse Delivery 510 E. Stoner Ave Shreveport, LA 71101 What is to be the deliverable Pharmacy FastPak Medication System When delivery is to be made 60/90 days POC for the delivery Alisa Miller, 318-990-5362 The following is to be included if applicable: Actual date and available delivery hours 0700-1630 Monday thru Friday When a space is ready or when a phase is complete- Now RESPONSES ARE DUE Wednesday, 07 August 2018, by 4:00 p.m. Central Standard Time (CST). Quotes are due electronically to Phyllis.shealey@va.gov no later than the response date. Only electronic quotes will be considered. FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS JAN 2017 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price and ability to meet salient characteristics. Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited product/service to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price. The Government may determine that a quote is unacceptable if prices are significantly unbalanced. FAR Part 15 will not be used for this procurement. 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Prospective Contractors are required to submit two separate documents; one (1) Part A - Content of the Non-Price Factors/Technical Part and one (1) Part B Price Part. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. Part A - Content of the Non-Price Factors/Technical Part will be evaluated on Pass / Fail basis Contractor will need to demonstrate that the items offered meets at the minimum the Salient Characteristics described within the Schedule of Items and Specifications. Contractor to provide technical brochures to demonstrate whether the quoted items meet the minimum requirements/salient characteristics provided in the combined synopsis solicitation. Electronic data or virtual link in order to examine capabilities will be acceptable. Contractor shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Part B - Content of the Price Part Price Schedule Total price for CLINs as described in Schedule of Items and Specifications. If your submission to this combined synopsis solicitation does not follow the requirements above or otherwise required by the solicitation your company risks not being considered for award. (End of Addendum) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JAN 2017) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.246-70 GUARANTEE (JAN 2008) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENS TO SMALL BUSINESS SUBCONTRACTORS(DEC2013) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) Alternate I (MAY 2014) of 52.225-3 FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). All quotations shall be sent to the Phyllis Shealey by email to: phyllis.shealey@va.gov. This is a total Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside combined synopsis/solicitation for a Pharmacy FastPak EXP medication system, brand name or equal to, as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the combined synopsis solicitation are acceptable to be included in the award document without modification, deletion, or addition." Submission shall be received not later than 07 August 2018, 4:00PM (CST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. Point of Contact: Phyllis Shealey, Contracting Officer Phone calls will not be accepted, all question and or concerns must be submitted via email to phyllis.shealey@va.gov by August 6, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618U0093/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0093 36C25618U0093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4519057&FileName=36C25618U0093-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4519057&FileName=36C25618U0093-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Overton Brooks VA Medical Center;510 E. Stoner Ave;Shreveport, LA
Zip Code: 71101
 
Record
SN05016393-W 20180803/180801231707-09a1c870a36beb1d429b97c7ddb07733 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.