Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

36 -- 764-20-4-078-1007 -Semi-automated packing system- Murfreesboro CMOP

Notice Date
9/2/2020 2:26:32 PM
 
Notice Type
Sources Sought
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NATIONAL CMOP OFFICE (36C770) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C77020Q0702
 
Response Due
9/8/2020 10:00:00 AM
 
Archive Date
09/23/2020
 
Point of Contact
Leah Thurman, Contracting Officer, Phone: 913-684-0136
 
E-Mail Address
leah.thurman@va.gov
(leah.thurman@va.gov)
 
Awardee
null
 
Description
4 This is a SOURCES SOUGHT NOTICE. This notice is a market survey and is for information only, to be used for preliminary planning purposes. No quotations are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The VA NCO 15 Contracting Center has been tasked to solicit for and award for Semi-Automation Packing Systems for the National CMOP Office. See the Draft Performance Work Statement for responsibilities. The proposed project is anticipated to be a single award, firm, fixed-price requirement. The type of solicitation to be issued will depend upon the responses to this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Business Community to include Small Business or Large Business, Veteran Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZONE, 8(a), etc., to complete and perform a Firm, Fixed-Price contract. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The duration of the requirement is for a base period (start-TBD and end TBD) with two each one-year option periods. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 332999. The Small Business Size Standard for this acquisition is 750 Employees. Please limit your response to this synopsis to five pages and please include the following information: Your company s name, addresses, point of contact, phone number, and email address. Your company s interest in submitting a proposal on the solicitation when it is issued. Your company s capability to meet the requirements. Your company s capability to perform a contract of this type and comparable work performed within the past three years to include a brief description of the project, customer s name, phone number and address, period of performance, and dollar value of the project. Your company s Business Size (Large or Small) and Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.). Your company s Joint Venture information (if applicable and include copy of agreement) existing and potential Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm s capabilities to the tasks in the draft PWS so that your firm s capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Interested companies are asked to respond to this Sources Sought Notice no-later-than 12:00 PM (CT) on September 9, 2020. All interested companies must be registered in SAM (http://www.sam.gov/) to be eligible for award of government contracts. Please mail, fax or email your response to: Leah Thurman NCO 15 Contracting Office, 3450 S. 4th Street, Leavenworth, KS; 60048, Email Address: leah.thurman@va.gov. Please reference the following solicitation number in the subject line of all correspondence submitted: 36C77020Q0702. DRAFT STATEMENT OF WORK SUMMARY: The Mid South CMOP, located at 3209 Elam Farms Parkway, Murfreesboro, TN, 37127 would like to add six semi-automated packing systems to enhance the existing Quality Manufacturing System, Inc (QMSI) automation as well as integrate with the new APFS system once complete. The current QMSI automation processes about 40,000 prescriptions per day and the new APFS system is producing between 15,000 20,000 per day. LOCATION: The Mid South CMOP, located at 3209 Elam Farms Parkway, Murfreesboro, TN, 37127 1.0. DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1 DESCRIPTION OF SERVICES Contractor shall provide all labor, materials and equipment to install six semi-automation packers. SCOPE OF WORK The semi-automated packing systems shall be mated to a print-on-bag system that automatically prints the next bag and seals when the order is verified complete by the control system. Package removal conveyors can be utilized, in the design, to transport completed orders to the shipping process. The semi-automated packing system should have a minimum packing rate of 400 prescriptions per hour. To remove the possibility of incorrect PMI s being placed in the wrong patient bag, there shall be a triple check validation to product 100%-page validation. Semi-automated packing system shall be compact and modular in design to allow for ease of movement and to maximize unused floor space. Also allowing for addition units incrementally over time. System shall be fully electric, eliminating the paper handling errors due to pneumatics. System constantly monitors the status of the unit in case of errors. Contractor shall provide a seamless integration with our existing QMSI and non-QMSI production system with a standard communication interface available for integration. Allowable 49SF to maximum 100SF for semi-automated packaging equipment. 1.1.2 Service Delays: If for any reason the contractor is unable to perform on the project, the contractor shall immediately notify Contracting Officer and the COR in writing and provide the reason why service cannot be made (e.g. awaiting parts), and an estimated completion date. Mid-South CMOP is required to be fully operational during normal working hours, if the contractor runs into issues that will prevent the facility from operating the contractor shall provide any and all services to assure that the facility has power to operate normally. 1.1.3. Schedule of Services: The vendor shall develop, implement, and maintain a schedule of services. The vendor shall submit a copy of the schedule to the Contracting Officer and COR for review, no later than ten days prior to commencement of work, and submit an updated schedule when changes occur. The contractor shall not impact the normal business of the Mid-South CMOP, any power outages or cut over shall be done after production hours or on a Saturday morning if the production line is not operational. 1.1.4. Work Hours: The contractor will have access to Mid-South CMOP, from 7:00 a.m. - 3:00 p.m., Monday through Friday, excluding Federal Holidays If the vendor wants to work outside of these days/hours; the vendor shall submit the request in writing to Contracting Officer and COR at least week in advance. The contractor is advised that requests are subject to disapproval. 1.2. GENERAL INFORMATION 1.2.1. Qualifications: The contractor shall provide sufficient personnel who meet all contract requirements and who are competent, qualified, and adequately trained to perform services required in this SOW. 1.2.2. Warranty: The contractor shall warranty all parts, equipment, and workmanship for a period of one year from the date of Government acceptance of work. 1.2.3. Waste Disposal: The vendor shall dispose of all waste and excess materials from the job site. 1.2.4. Work Areas: The contractor shall, at all times, keep work areas free from accumulations of waste material, rubbish, tools, equipment, and materials. Upon completion of the job or when away from the work site, the contractor shall leave the work area and premises in a clean, neat, safe and workmanlike condition. 1.2.5. Safety: The contractor shall comply with all local, state and federal laws and safety regulations. Compliance with OSHA and other applicable laws and regulations for the protection of contractor s employees is exclusively the contractor s obligation, and the Government will assume no liability or responsibility for the contractor s compliance or non-compliance with such responsibilities. The contractor shall provide contractor employees with all necessary personal protective clothing and equipment. 1.2.6. Fire Prevention and Safety: Contractor s employees shall comply with the Occupational Safety and Health Act (OSHA), VA CMOP Fire Protection Program and the Fire Prevention and Health Program. 1.2.7. Federal Holidays: The following Federal holidays are observed at Mid-South CMOP. The contractor will not perform services on Federal holidays, or the actual day set aside for observation. New Years Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.2.8. Contractor Employee Conduct: The Government reserves the right to require removal from the site any contractor employee who endangers persons or property, whose actions are inconsistent with professional conduct, whose continued employment is inconsistent with the interest of CMOP security or who is found to be incapacitated or under the influence of alcohol, drugs, or other substances. Removal of employees for any reason does not relieve the contractor of the requirement to perform services specified herein. 1.2.9. Smoking In VA Facilities: Contractors are advised that the Government has placed restrictions on the smoking of tobacco products in Government facilities. Contractor employees and visitors are subject to the same restrictions as Government personnel. Smoking is permitted only in designated smoking areas. 1.2.10. Illegal Substances: Illegal substance possession, use, or distribution will not be tolerated on any Government installation, including Mid-South CMOP. This includes prescribed medical marijuana. The contractor shall ensure that contractor employees who have access do not possess, use, or distribute illegal substances. All contractors are required to adhere to all local, state and federal laws concerning possession and/or use of illegal substances. Contractors found to be in possession of illegal substances will be barred from the installation and subject to arrest and prosecution by local authorities. 1.2.11. Security Requirements: The contractor shall obtain their security badges through Security located in the front office. Vendor s personnel and all sub-contractors shall abide by all Mid-South CMOP security requirements and regulations. 1.2.12. Weapons, Firearms, and Ammunition: Contractors employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or on Government property while at Mid-South CMOP. 1.3 QUALITY CONTROL/ASSURANCE 1.3.1. Quality Control The contractor will be responsible for the quality control of all work performed. All work must be performed in accordance with industry standards, manufactures specifications, installation instructions/recommendations, related documents provided and in compliance with all applicable codes and regulations. NEC, IBC, State, County, and local authority. Perform all required tests on all work as specified herein and in accordance with code requirements and industry standards to ensure full and complete operation of all systems. 2.0 INSPECTIONS 2.0.1 The Government reserves the right to perform initial, follow-up, and final inspections and acceptance of all work. The Mid-South CMOP shall inspect and accept all work and workmanship.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/193edbbe6a3946f7874abe3097e7ae94/view)
 
Record
SN05785183-F 20200904/200902230147 (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.