MODIFICATION
39 -- Sources Sought (Request for Information) Weight-Based Inventory Management System Aleda E. Lutz Veterans Affairs Medical Center (Saginaw, MI)
- Notice Date
- 2/17/2022 5:21:33 AM
- Notice Type
- Sources Sought
- NAICS
- 333997
— Scale and Balance Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0332
- Response Due
- 2/24/2022 7:00:00 AM
- Archive Date
- 03/01/2022
- Point of Contact
- Steve Bauer, Contract Specialist
- E-Mail Address
-
steve.bauer@va.gov
(steve.bauer@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Weight-Based Inventory Management System Saginaw, MI This sources sought notice (for market research purposes only) is issued to identify and determine the level of interest among both Large and Small businesses including qualified VETBIZ registered Service Disabled and Veteran Owned Small Businesses (SD/VOSB). Responses will assist Veterans Affairs (VA) planners in determining an appropriate acquisition and/or set-aside strategy which best fits VA requirements. This request for information (RFI) sources sought notice is seeking sources for the product described below. Product Description: The procurement is for fully operational weight-based inventory management systems inclusive of scale/bin products, hardware accessories, storage, installation, training, software licenses, and service fees for one Veterans Affairs Medical Center (VAMC) in Saginaw, Michigan, and nine Community Based Outpatient Clinics (CBOC) throughout Michigan. The inventory management system will be able to track approximately 9,000 stock-keeping units (SKUs) and produce an accurate real-time, on-hand reading of supply quantities accessible by a web-based program and provide data mining capabilities that will include at a minimum the current stock levels, recommended order points, average usage levels per item, and ability to track medical supply usage per patient treated at the VAMC and its CBOC locations. The system s software must be able to work with the VA s Integrated Funds Control Point Activity, Accounting and Procurement (IFCAP) General Inventory System software. The primary purpose of the software interface is to identify out of balance on-hand quantities and values between the IFCAP General Inventory System and the inventory management bin system. Equipment deliveries will begin to occur 30 days after receipt of order (ARO). The required project is estimated to have a period of performance of 180 days ARO for turn-key installation, which equates to fully operational systems at the VAMC and CBOC locations (project completion). Also see Salient Characteristics below. Interested vendors are requested to respond to this notice no later than 10:00 AM EST on 24 February 2022, via email to steve.bauer@va.gov. Vendor response shall include the following: (a) Company name (b) Address (c) Point of contact (d) Phone and email of primary point of contact (e) DUNS number (f) Type of business (e.g. Large or Small) - If vendor is a Small business, provide type of small business. (g) A capability statement: Maximum of two (2) pages (additional attachments/pages will not be reviewed) summarizing experience and past performance in providing weight-based inventory management systems and related services. (h) A rough order of magnitude (cost estimate) for the full scope of the project referenced in both the Product Description (above) and Salient Characteristics (below). (i) If currently a vendor under the VA Federal Supply Schedule (FSS) or other government contract please provide contract number(s) and listing of Special Item Number(s) (SIN) covered. Please email capability statements and the rough order of magnitude to: steve.bauer@va.gov. Telephone inquiries will not be accepted. The Government will neither award a contract solely on the basis of this sources sought notice nor will it reimburse the contractor for any costs associated with preparing and/or submitting a response to this notice. This sources sought does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data. Salient Characteristics: Must be weight based Easily calibrated and accurate Provide real time visibility into the CBOC secondary inventory locations Must be able to interface with the IFCAP General Inventory System Must be capable of tracking, adjusting, and reporting comprehensive real time information pertaining to the inventory of a secondary location. A quantity on-hand adjustment communication must be sent to IFCAP to trigger accurate pick ticket Must have a training program available for VA staff Software is to be intuitive and easy to train on Software offers different levels of permissions for its users Reports generated by software are to be relevant to Principles of Inventory Management Must be able to handle a wide range of products in variation of size, thickness, and weight
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6373030237c943d98da8bd7959926597/view)
- Place of Performance
- Address: Aleda E. Lutz Veterans Affairs Medical Center 1500 Weiss Street, Saginaw 48602, USA
- Zip Code: 48602
- Country: USA
- Zip Code: 48602
- Record
- SN06245455-F 20220219/220217230100 (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 |