Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2020 SAM #6692
SOURCES SOUGHT

65 -- NEW ATP2 Unit Dose Packaging System (ALMD and KMC) 671-20-3-039-0062

Notice Date
3/24/2020 11:19:11 AM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0453
 
Response Due
3/27/2020 12:00:00 AM
 
Archive Date
04/11/2020
 
Point of Contact
Contract Specialist: Dr. Vinicky Ann Ervin Ph.D. All interested parties shall only contact via email only, Dr. Ervin by Friday 27 Mar 2020 no later than 8 AM CST.
 
E-Mail Address
vinicky.ervin@va.gov
(vinicky.ervin@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain ATP2 320 Canisters with unit dose packaging (. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain brand name or equal ATP2 320 Canisters with unit dose packaging ( and VAMC - San Antonio / Kerrville7400 Merton Minter St. San Antonio, TX 78229. Refer to the General Requirements section below for the requested product description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: Brand name or equal TBD are needed for the VAMC - San Antonio / Kerrville 7400 Merton Minter St. San Antonio, TX 78229 in accordance with the following requirements: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA $00.00 $00.00 ALMC - ATP2 320 Canisters with unit dose packaging (Includes Replenishment Kit, and 1 case of paper & ribbon) 0002 2.00 EA $00.00 $00.00 ALMC - ATP2 Narrow Lower Packaging Unit for ATP 2 (Includes 1 rolling Unit for ATP 2 (Includes 1 rolling tray and cover) 0003 1.00 EA $00.00 $00.00 ALMC - Canister Calibration Kit including the AVF-1 0004 1.00 EA $00.00 $00.00 ALMC - One ULT SmartTrayRx System: Includes : ULT SmartTrayRx Docking Station, ULT SmartTrayRx Client, Scanner, Touch Screen, BioMetric, UPS, Adjustable leg Kit, & 3 ULT SmartTrayRx-64 trays 0005 1.00 EA $00.00 $00.00 ALMC - Bullseye Kit (10 Canisters, Database Card, Barcode Scanner, Cleaning Brush & Pen) 0006 1.00 EA $00.00 $00.00 ALMC - Automatic spooler, 1 Tabletop Stand, 1 Rolling Stand and I case of Acrylic spools 0007 1.00 MO $00.00 $00.00 ALMC - Bullseye Support 6 month support package. (Starts after the 6 month warranty period expires and willbe renewed annually) The bullseye is provided with an 6 month warranty from date of install. 0008 2.00 EA $00.00 $00.00 ALMC - ATP Workflow Unit - 2-Bay Workstation 0009 1.00 EA $00.00 $00.00 ALMC - InspectRx24 Vision System 0010 1.00 EA $00.00 $00.00 ALMC - Manual spooler - Manually spools strips onto a spool 0011 1.00 EA $00.00 $00.00 ALMC - HEPA Vacuum for ATP Cleaning 0012 1.00 EA $00.00 $00.00 ALMC - HEPA Replacement Filter 0013 1.00 YR $00.00 $00.00 ALMC - InspectRX Platinum Support Plan, includes software licenses 0014 1.00 JB $0.0000 $0.00 ALMC - On site Implementation and Installation Training Package for ATP Series 0015 1.00 JB $0.0000 $0.00 ALMC - On site Implementation and Training for InspectRx Series 0016 1.00 JB $0.0000 $0.00 ALMC - ATP SeriesEquipment interface to pharmacy information system 0017 1.00 EA $00.00 $00.00 KMC - ATP2 320 Canisters with unit dose packaging (Includes Replenishment Kit, and 1 case of paper & ribbon) 0018 1.00 EA $00.00 $00.00 KMC - ATP2 Narrow Lower Packaging Unit for ATP 2 (Includes 1 rolling tray and cover) 0019 1.00 EA $00.00 $00.00 KMC - One ULT SmartTrayRx System: Includes : ULT SmartTrayRx Docking Station, ULT SmartTrayRx Client, Scanner, Touch Screen, BioMetric, UPS, Adjustable leg Kit, & 3 ULT SmartTrayRx-64 trays 0020 1.00 EA $00.00 $00.00 KMC - Canister Calibration Kit including the AVF-1 0021 1.00 EA $00.00 $00.00 KMC - HEPA Vacuum for ATP Cleaning 0022 1.00 EA $00.00 $00.00 KMC - HEPA Replacement Filter 0023 1.00 EA $00.00 $00.00 KMC - InspectRx24 Vision System 0024 1.00 YR $00.00 $00.00 KMC - InspectRX Platinum Support Plan, includes software licenses 0025 1.00 JB $00.00 $00.00 KMC - On site Implementation and Training for InspectRx Series 0026 1.00 JB $0.0000 $0.00 KMC - ATP SeriesEquipment interface to pharmacy information system 0027 1.00 JB $0.0000 $0.00 KMC - On site Implementation and Installation Training Package for ATP Series GRAND TOTAL $00.00 Purchase Descriptions. The purchase description should identify the requirement in terms that enable contractors to offer commercial supplies or services. The description should not be restrictive and not be limited to one product peculiar to a manufacturer (e.g., by manufacturer, brand name and Part Number) unless it is essential to the Government s minimum requirement. A purchase description should include the following characteristics based on the requirement to adequately describe the Government s needs: BRAND NAME OR EQUAL a. Common Nomenclature (commercial description): Automated Tablet Packager b. Kind of material (i.e., type, grade, alternatives, etc.): Plastic housing, metal and steel components. c. Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.): 115 VAC, 465W d. Dimensions, size, capacity: Footprint: 41""W � 86""H � 31"" Configurable 320 canisters Canister Capacity 350cc Package Type: Narrow unit dose and Unit dose/Multi-med Packaging Speed: Minimum 55 bags/minute Touch Screen Barcode Verification PDF 417, Data Matrix, QR Code, Aztec, Barcode 128, Barcode 3 or 9, UPC e. Principles of operation: Unit Dose Packaging f. Restrictive environmental conditions: g. Intended use: Unit Dose Packaging h. Equipment with which the item is used with (N/A if not applicable): Universal Lighted Tray system, Bullseye Tablet Splitter, InspectRx i. End item application: N/a j. Original equipment manufacturer part number: ATP2 k. Other pertinent information that describes the item, material or service required: n/a Statement of Work Pill packaging South Texas Veterans Health Care System (STXVHCS), Audie L. Murphy and Kerrville Campus. PROJECT OVERVIEW 1.1 PURPOSE: Pharmacy Service is looking to purchase the pill packing automation system. System should be able to be recalibrated on-site at the facility by the end user. System should be able to be automated to split pills. Must have an automated system to perform quality check of the completed pouches to ensure proper pills are packaged and pouches sealed. This system should be hand-free and allow for a system allowing the pharmacist to still verify the correct medication was dispersed. SCOPE OF WORK 2.1. Work includes. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, other items and non-personal services necessary to install Automated pill packing system. To include: Removal and disposal/haul-away of existing pill packing system Vendor will ship/transport equipment to the required install site, San Antonio Campus and Kerrville Campus. VA will not transport new or old components between sites. This will the sole responsibility of the vendor. This will be a 2 site install by vendor. Vendor will install required components at Audie L. Murphy Campus and Kerrville Campus. Vendor will install and test all equipment and software for proper function and safety. Vendor will follow all proper rules, policies, and procedures regarding infection control and ID badge requirements to perform work on VA property. STVHCS will receive trade-in credit of $60,000.00 for the following equipment items: ALMC - Trade in Credit Existing EXP Equipment First Machine - FastPak EXP Serial Number 37.70915674 Lower Packaging Unit Serial Number 37A.71200120n Additional Lower Packaging Unit Serial Number 37A.70915674nSecond Machine - FastPak EXP Serial Number 37.70915675 Lower Packaging Unit Serial Number 37A.71200140n Additional Lower Packaging Unit Serial Number 37A.70915675n = $40,000.00 KMC - Trade in Credit Existing EXP Equipment - FastPak EXP Serial Number 37.09020018 Lower Packaging Unit Serial Number 37A.09020018n Additional Lower Packaging Unit Serial Number 37A.09050040n = $20,000.00 2.2. Deliverables 2.2.1. Period of Performance The contractor shall complete install no later then 90 days after award. 2.3. Acceptance 2.3.1. For the purposes of warranty and payment for the work performed, government acceptance shall be provided by the VA upon the completion of the following: 2.3.1.1. The contractor has demonstrated/verified that the lifts characteristics operate as intended. 2.4. Confidentiality and Nondisclosure 2.4.1. The preliminary/final deliverables, all associated manufacturer manuals deemed relevant by the VA which has been generated by the contractor in the performance of this Order are the exclusive property of the U.S. Government. 2.4.2. The Contracting Officer (CO) shall be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract presented to the contractor shall be submitted to the CO for response. 2.4.3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 2.5. General Requirements for Privacy Information: 2.5.1. Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers nor will they have access to online resources belonging to the government while conducting services. 2.5.2. Privacy Officer: The contractor will not have access to Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA. 2.5.3. Records Manager: There shall be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dab1bf3b1bcf4b849677678b75bee8a6/view)
 
Place of Performance
Address: Audie L. Murphy Medical System;7400 Merton Minter Blvd;San Antonio TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN05599225-F 20200326/200324230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.