Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOURCES SOUGHT

65 -- Med Dispensing Machine Lease

Notice Date
12/16/2020 8:57:43 AM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26321Q0217
 
Response Due
12/28/2020 11:00:00 AM
 
Archive Date
01/27/2021
 
Point of Contact
Melanie Stockman, Contracting Officer, Phone: 320-255-6309
 
E-Mail Address
Melanie.Stockman@va.gov
(Melanie.Stockman@va.gov)
 
Awardee
null
 
Description
Sources Sought- Inpatient and In-Clinic Medication Automated Dispensing Machine System for the Minneapolis Minnesota VA Notice Type: Sources Sought/Request for Information This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting market research to identify potential sources for a potential procurement contract for Inpatient and In-Clinic Medication Automated Dispensing Machine system. SPECIFICATIONS: The Minneapolis Veterans Affairs Health Care Services (MVAHCS), 1 Veterans Drive, Minneapolis, Minnesota 55417, requires a contract for a highly specialized, integrated inpatient/in-clinic automated medication dispensing system lease and related service maintenance contract. The lease agreement is to be for an initial one year (12 months) plus an additional four, twelve-month long, option year periods to be exercised at the discretion of the government. The lease price shall include, at no additional cost, all equipment, installation, preventative maintenance (including parts, labor, travel), all shipping costs associated with this contract, and term of agreement to support the system for the term of the contract. Required Features, products, and services: 1.2.1. The highly specialized, integrated automated dispense machine system shall be designed for use on acute inpatient care units, within primary and specialty care clinics, in the operating rooms, in procedure rooms, and within the emergency department. 1.2.2. The system shall interface with the VA VISTA/CPRS electronic medical record system and medication orders, with the ability to interface with Cerner. 1.2.3 The system shall track of drug inventory, including appropriate controlled substance tracking and security. 1.2.4 The system shall have a secure bio-ID and password authentication. 1.2.5. The system shall track and report all activity in the system including filling, removal, wasting, and discrepancy activity. 1.2.6 The system shall have barcode reader capabilities and barcode safety features for replenishing. 1.2.7 The system shall have various individual cubicle and cabinet sizes and functions for medication storage. See schedule of items for specific equipment requirements. 1.2.8 The system shall track expiration dates of medications. 1.2.9 The system shall be Windows 10 based or higher. 1.2.10 The system shall utilize already existing server equipment used for the MVAMC Alaris pump system and the IV Prep gravimetric system, if server equipment is required. 1.2.11 The system shall offer seamlessly integrated solutions for anesthesia medication cart systems, inventory management systems, controlled substance diversion monitoring and for the MVAMC s current Alaris pump system and IV Prep gravimetric system. Equipment Lease: 1.3.1 The lease price shall include at no additional cost: all equipment, installation, interface (including software and hardware) to the VA Pharmacy VistA system through PADE interface, training of end users, system preventative maintenance (including parts, labor, travel), all shipping costs, and term of agreement to support the instrument for the term of the contract. 1.3.2 Equipment Ownership: Contractor shall retain ownership of the equipment. 1.3.3 Equipment replacement: In the event any parts of the instrument or supplied items is no longer functional it shall be the contractor to replace those in a timely manner. 1.3.4 Removal of Equipment: Upon termination or completion, the MVAHCS Bio Medical department will remove the hard drive and terminate it according to VA policies and procedures. The actual equipment will be the contractor s responsibility to dismantle, decontaminate and remove the equipment from MVAHCS premises. All costs for removal and return of equipment shall be borne by the contractor. ****Please address the following in your response****: Company legal name, address, point of contact information, and DUNS Number Product being proposed, with product literature attached to response If already produced, where is product located now? If not already produced, where are products being manufactured? What is the country of origin? Estimated shipping and delivery information. Shipping destination is the Minneapolis Minnesota VA Shipping terms (FOB Origin or Destination) Confirmation the product being proposed is not gray market or counterfeit in accordance with Veterans Affairs Acquisition Regulation Clause 852.212-72 below. Provide authorized distributor letter if not the manufacturer. Indicate any existing Government contract where item(s) may be purchased (i.e. FSS/GSA contract etc) 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) Please submit this information as soon as possible, but no later than 1:00 PM, Central Time on Monday, December 28, 2020. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e67449a1ac0452cbb9d0c7c314940de/view)
 
Place of Performance
Address: US Department of Veterans Affairs Minneapolis VA Healthcare system One Veterans Drive, Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN05876024-F 20201218/201216230151 (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.