Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2018 FBO #6174
SOURCES SOUGHT

65 -- Automated High Density Pharmacy Storage and Inventory Solution - Statement of Work - Draft

Notice Date
10/17/2018
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIH-CC-19-000878
 
Archive Date
11/16/2018
 
Point of Contact
Lisa L. Schaupp, Phone: 3014020735
 
E-Mail Address
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work for the equipment, software, IT Security Requirements, and Maintenance for the Automated High Density Pharmacy Storage and Inventory Solution. The National Institutes of Health ("NIH"), Clinical Center is conducting a market survey/sources sought notice to determine whether there is a reasonable expectation of a responsible/capable offeror to provide a High Density Pharmacy Storage and Inventory Management System with, at least, the characteristics listed below. Accordingly, NIH is hoping that there exists a reasonable expectation of at least two responsible/capable offerors in order for NIH to compete the requirement. Additionally, NIH is attempting to ascertain if there exists a reasonable expectation of at least two responsible/capable small business offerors in order for NIH to compete the requirement as a small business set aside. Accordingly, NIH is seeking capability statements as to the attached SOW from other-than-small businesses, small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses, HUBZONE small businesses, small businesses under the 8(a) program, and/or businesses under the GSA Schedule capable of providing a system with the following performance characteristics. The High Density Pharmacy Storage and Inventory Management System must be capable of providing the following. See attached Statement Of Work for more details. 1. The Contractor shall provide a non-developmental Automated Storage System capable of storing high density medications and supplies that will operate as a single integrated solution. The solution shall use a commercial off the shelf software and hardware component that are configurable to the NIH Clinical Center workflow. The solution must have been demonstrated and proven to be in use at another inpatient pharmacy hospital setting. 2. The solution shall fit into the pharmacy. Any changes needed/required to accommodate the vendors quoted solution such as the relocation of current fixed shelving/furniture in existing space or addition of dedicated power lines, must be quoted as part of vendors solution and will be considered normal installation. Vendors are responsible for verifying all dimensions and other design features necessary for operation and installation of their quoted solution. 3. The solution shall interface with the clean room pharmacy to support access from the clean room. 4. The hardware component shall be capable of withstanding a 60 second loss of utility power with no loss of data and no manual intervention to recover. 5. The automated storage system shall be able to store at minimum 4 commercial medication items per storage unit with the option to expand storage capabilities. 6. The pharmacy automation solution shall use wireless barcode scanning as a means of medication and patient validation throughout the stocking, filling, dispensing and returning to stock process. 7. The solution shall support both non-IV and non-narcotic formulary in variety of form factors such as individual packets, cups, syringes, vials, blisters. 8. The solution shall have the ability to store narcotic and refrigerated formulary. 9. The solution shall have the capability to store non medication items such as supplies for the IV room. 10. The storage system shall be capable of storing investigational drugs at controlled room temperature. 11. The system shall be capable of ensuring that earliest expiring medications are dispensed first. 12. The pharmacy automation solution shall interface with the Allscripts EHR, Omnicell ADCs, inventory Management System and other commercial off-the-shelf (COTS) pharmacy systems. Loss of the interface with EHR shall not impede the system from continuing to fill orders until all orders that have already been transferred are completed. 13. When dispensing medication from the storage unit, the pharmacy automated storage solution shall 2.13.1 Be capable of using and displaying multiple unique patient identifiers. 2.13.2 Print a label to be affixed to the medications to be restocked in the ADC. 2.13.3 Use software to fill products not in the automated storage, including, but not limited to fluid bags and irregular dosage forms. 2.13.4 Automatically notify user if the automation does not have enough quantity to fulfill the entire order and provide the user option to replenish the automation or divert the order to manual fulfillment based on defined par, max, min and critical levels. 14. Upon receiving information from CRIS or ADC, the pharmacy automation System shall: 2.14.1 Be capable of using and displaying multiple unique patient identifiers. 2.14.2 Be capable of updating patient location and handle patient merges automatically in real time. 2.14.3 Process the information received and retrieve the medication stored. 2.14.4 Alert pharmacy personnel of stat vs routine orders. 2.14.5 Print medication labels that can be used for restocking. 15. For manually fulfilled orders, the system shall require user to scan the medication package before providing the label. 16. For manually fulfilled orders that require multiple prescription packages the system will automatically prompt the user to scan multiple medication packages. 17. The system shall allow users to flag an order when there is insufficient quantity to fulfill the entire ordered quantity. 18. The solution shall have the ability to recognize brand name NDC (National Drug Code) and generic NDC items found on the FDA approved NDC directory. 19. When verifying the dispenses from the storage unit, the unit shall allow the pharmacist to utilize barcode scanning to verify right drug, dosage and strength was selected. 20. The inventory management software shall provide "Real-Time" inventory tracking of pharmaceutical products. 21. The system shall be capable of providing historical reference of all items in the event of a recall. 22. The inventory management software shall support manual or automated cycle counts. 23. The system shall be capable of ordering via the web for remote locations. See the Statement of Work, attached. THIS MARKET SURVEY/SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS, AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. CONSEQUENTLY, DO NOT SEND A PROPOSAL IN RESPONSE TO THIS NOTICE. THE APPROPRIATE RESPONSE IS A CAPABILITY STATEMENT. ALTHOUGH A RESPONDENT CAN RESPOND WITH WHATEVER INFORMATION THE RESPONDENT SEES FIT, THE IDEAL CAPABILITY STATEMENT SPECIFICALLY ADDRESSES THE REQUIREMENTS IN THE SOW AND THE REQUESTS FOR INFORMATION BELOW, AND IS NOT A GENERIC SALES BROCHURE OR MARKETING HANDOUT. FURTHER, THE GOVERNMENT REQUESTS, BUT DOES NOT MANDATE, THAT THE CAPABILITY STATEMENT IS LIMITED TO NO MORE THAN TEN PAGES. ANY PROPRIETARY INFORMATION IN THE SUBMITTED CAPABILITY STATEMENT SHOULD BE CLEARLY MARKED AS SUCH. The information obtained from this market research is for Government planning purposes only, and will assist the Government in planning its acquisition strategy. This is strictly market research, and the Government is not opening a question and answer period concerning this market research. Further, the Government will not pay for any costs incurred in the preparation of information in response to this market survey. In addition to addressing the requirements listed above, the Government requests that your capability statement address the following requests for information, if relevant. 1) Please provide the full company/entity name, address including points of contact (phone number and e-mail address), DUNS numbers, and type/size of the company/entity by NAICS code. 2) If your company/entity is a dealer or service-provider, and not a manufacturer of the end items/products contemplated by the SOW, please identify your company as such and identify the end item/product manufacturers that you would be obtaining goods from in order to perform the contract, and where the manufacturers are geographically located. 3) According to the small business limitations on subcontracting standard provided by the amended Small Business Act at 15 U.S.C. § 657s, the requirement for a small business supplier is that the small business prime contractor "may not expend on subcontractors more than 50 percent of the amount, less the cost of materials, paid to the concern under the contract...." 15 U.S.C. § 657s(a)(2). However, "[c]ontract amounts expended by a covered small business concern on a subcontractor that is a similarly situated entity [(i.e., another small/small disadvantaged business of the same type)] shall not be considered subcontracted for purposes of determining whether the covered small business concern has violated [limitations on subcontracting.]" 15 U.S.C. § 657s(b). If you are a small business, please address your ability to adhere to limitations on subcontracting at 15 U.S.C. § 657s. To ascertain if you are a small business, use the size standard provided by NAICS Code 511210 (Software Publishing), with a size standard of no more than $38.5 million. As part of this, if you are a small business that is a dealer/service-provider and not a manufacturer, please so state, and address whether you meet the following requirements from 13 C.F.R. § 121.406(b). Specifically, your company/entity: (1) Does not exceed 500 employees (notice that the employee standard under the non-manufacturer rule is more restrictive than for NAICS Code 511210); (2) Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; (3) Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and (4) Will supply the end item of a small business manufacturer, processor, or producer made in the United States. NIH must receive written capability statements no later than November 1, at 9:00 a.m. Eastern Time. E-mail the written capability statement to Lisa Schaupp, the Contract Specialist, at the e-mail address Lisa.Schaupp@nih.gov. Respondents will NOT be notified as to the results of the Government's market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-19-000878/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05127886-W 20181019/181017230741-72e73d9a2abfa187cd25aa06fc49e17c (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.