Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SPECIAL NOTICE

66 -- Neuroliciada System Upgrade

Notice Date
7/8/2020 7:32:55 AM
 
Notice Type
Special Notice
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0712
 
Archive Date
08/07/2020
 
Point of Contact
Contracting Officer, James Brown, Phone: 910-822-7132
 
E-Mail Address
james.brown14ec82@va.gov
(james.brown14ec82@va.gov)
 
Awardee
null
 
Description
The Department of Veteran Affairs, Veterans Health Administration, Network Contracting Office 6, Fayetteville, NC 28301, intends to negotiate a sole source Firm-Fixed Price contract for Omnicell XR2 Automated Central Pharmacy System for Durham VAHCS with Omnicell Inc. in accordance with 41 U.S.C. 3304(a)(1) as implemented by FAR 6.302-1 Only One Responsible Source. This is not a request for competitive offers and no solicitation is available. Market research has determined that this equipment is highly specialized, is only available from a single source without an inacceptable delay or duplication of cost and no other type of equipment will satisfy agency requirements. Equipment needs to interface with current Omnicell Yuyama packager owned by the Durham VAMC Pharmacy Service. The Government intends to award the contract with an effective date of June 30, 2019 to Omnicell Inc., 1201 Charleston Road, Mountain View, California 94043-1337. This is a brand-Name Only requirement to satisfy the minimum requirement of the Durham VAMC Pharmacy Department. Omnicell XR2 automated central pharmacy system handles medication storage and distribution, inventory management, verification scanning, and restocks of unused medication. This system will interface with the existing barcode packaging unit, which is soon to be installed in the inpatient area to improve efficiency in medication management and pharmacy operations. Failure to provide the Omnicell Central Pharmacy System will not allow systems to interface correctly and work with each other. Equipment to be delivery: CPA-TRN-003 1. Onsite Central Pharmacy System Admin.,2-Day 1 EA CRX-SRV-004 2. Base+ WIN2016 CRX, Physical Server 1 EA CRX-SRV-006 3. Test WIN2016 CRX VAPP 1 EA CRX-WKS-002 4. XR2 Pharmacy Workstation 2 EA MRD 5. Medication Replenishment Interface 1 EA SRD-SUB-002 6 Training Subscription (18 Month) 1 EA XR2-CTM-002 7. Cart Module with Quick Pick Drawers 1 EA XR2-KIT-005 8. Restock Cart Tray Kit 1 EA XR2-KIT-006 9. Custom Storage Tray Kit 1 EA XR2-KIT-008 10. Dispense Tray Kit- Rubbermaid 1 EA XR2-LIC-001 11. UL Inspection Certification 1 EA XR2-OPT-003 12. Restock Cart 3 EA XR2-RBT-003 13. XR2 3 Bay System 1 EA XR2-SPM-002 14. Spacer Module, Full Width (6') 3 EA XR2-STM-002 15. Storage Module Full Width (6') 2 EA Delivery Location DURHAM VAMC, Attn: BLDG 1 508 Fulton Street Durham, NC 27705-3897 This synopsis announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. If a firm believes it can meet the Government s requirement, it may identify their interest and capability to the Contracting Officer within five (5) calendar days of this publication by contacting James W. Brown via email James.Brown14ec82@va.gov. Telephone inquiries will not be accepted. Those interested firm must indicate whether they are large, small, small-disadvantaged, 8(a) or woman owner business and whether they are U.S. or foreign owned. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. The Government will not pay for any information submitted because of this synopsis. This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. This announcement closes June 26, 2019, NLT 4:30pm EDT. The appropriate NAICS Code 339112 and the small business size standard are 1000 Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5fbaa95a25b747119dbdc437f447b053/view)
 
Record
SN05714415-F 20200710/200708230139 (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.