Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

N -- Data Point Upgrade (Scriptpro) (VA-20-00035983)

Notice Date
3/26/2020 1:24:21 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0416
 
Response Due
4/2/2020 12:00:00 AM
 
Archive Date
04/17/2020
 
Point of Contact
Brandon Bennett Contract Specialist
 
E-Mail Address
Brandon.Bennett@va.gov
(Brandon.Bennett@va.gov)
 
Awardee
null
 
Description
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 companies that can perform the following: The Iron Mountain VAMC (located in Iron Mountain, MI) would like to procure software to download onto current ScriptPro equipment at the Iron Mountain VAMC. Please respond if you can provide the products with the following general specifications: SCOPE: The contractor will provide and install a series of ScriptPro hardware and software upgrades, including ScriptPro Data Point, ScriptPro central expanded platform, smart card scanner, windows 10 upgrades as directed in quote. REQUIREMENTS: ScriptPro Windows 10 Server upgrade as directed from quote SP Central Expanded Platform (includes 1 SP Central Expanded Server, 1 SP datapoint) Smart Card Scanners Full Disk Encryptions Windows 10 OS and i5 computer on site upgrades for SP X00, CRSX, SP datapoint//notice boards. Credits as per quote for trade ins. ScriptPro Data point as directed from quote Install SP datapoint pharmacy data terminal SPECIFIC TASKS: ScriptPro upgrades The contractor shall install the hardware and software module and perform all necessary tests to ensure proper installation and functionality. ScriptPro Rx INSTALLATION The Contractor shall provide a system Installation Plan (IP) to the Contracting Officer Representative (COR) for approval prior to the start of work. The COR shall approve the IP and return to the contractor. The IP shall include an estimated timeline of the start and completion and estimated unexpected delays/lead time. All installation times will be approved by COR. TEST AND ACCEPTANCE: Contractor shall test all equipment listed above (hardware and software) after installation. The government shall accept equipment once installation and successful testing has been completed and approved. WARRANTY/SERVICE CONTRACT: All equipment and materials (hardware and software) shall come with a ScriptPro warranty for one year plus additional years (per support agreement). This shall include all service and support, including both in person or remote technical support as required by the government. 7.0 CONTRACTOR RESPONSIBILITIES: The Contractor shall be responsible for the following: 8.1 Contractor shall provide qualified personnel to install and test all hardware and software listed above. 8.2 Contractor shall be responsible for all system/software testing after installation and prior to government acceptance. 8.3 Contractor is responsible for onsite training. Training shall be held during day shift day. Day shift occurs from 7:30 am through 5:00 pm. Training times shall be coordinated with COR. 8.4 Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. 8.5 Contractor is responsible for securing all materials, equipment and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. 8.0 SECURITY: All vendors are required to check in with facility Police and obtain a vendor access pass prior to entering facilities. Security clearance is not required. 9.0 SAFETY: The Contractor shall comply with all safety and health requirements necessary for the protection of personnel, facilities and equipment including, but not limited to all applicable Occupational Safety and Health Administration (OSHA) standards during work. 9.1 Contractor shall maintain a written safety program, as required by OSHA and available for review by the COR or Contracting Officer. 9.2 Infection Control Risk Assessment (ICRA) shall be performed and Form 111810 shall be approved by ICRA and signed by contractor prior to start of work. Contractor shall adhere to ICRA regulations at all time during period of performance. 12.0 PLACE OF PERFORMANCE: Installation of all hardware and software above shall occur at the Iron Mountain VA Medical Center Pharmacy, Iron Mountain Michigan. 13.0 WORK HOURS: Operational Hours are 0730-1700, Monday-Friday 14.0 DELIVERY: All deliveries shall be coordinated with the Iron Mountain VAMC Pharmacy before arrival. Failure to coordinate delivery will be grounds to refuse delivery. This is proprietary equipment of ScriptPro. Any software or equipment can only be purchased through ScriptPro or from one of its authorized distributors. Any warranties are voided if the equipment or software has been installed or modified by other than ScriptPro This is not a Request for Proposal or an announcement of a solicitation and no solicitation currently exists. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. Responses due are to be submitted by e-mail to Brandon Bennett at Brandon.Bennett@va.gov. The information requested must be received no later than 10:00am on 04/02/2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/69b8755561e94b83b655d13bd7025085/view)
 
Place of Performance
Address: Oscar G. Johnson VAMC;325 East H Street;Iron Mountain, MI 49801, USA
Zip Code: 49801
Country: USA
 
Record
SN05602011-F 20200328/200326230151 (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.