SOLICITATION NOTICE
65 -- Brand Name Only - BD PYXIS - Medication Dispensing Cabinet with Refrigerator Lock STATE COLLEGE CBOC Total Small Business Set-aside.
- Notice Date
- 8/29/2023 10:38:24 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q1177
- Response Due
- 9/6/2023 1:00:00 PM
- Archive Date
- 11/05/2023
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- STATEMENT OF NEED (SON) Altoona VA Medical Center Medication Dispensing Cabinets and Inpatient Pharmacy Inventory Management System 1.0 SCOPE OF WORK: The vendor shall provide all resources necessary to accomplish the deliverables described in this Statement of Need (SON), except as may otherwise be specified. The Pyxis BD - Medication Dispensing Cabinet, model MESR2B--0H--0N0U0M0B2V is needed to supplement the current ones utilized throughout the facility and to enable the medication-filled cassettes to be interchangeable. 2.0 BACKGROUND: Altoona VAMC has a new brand name only requirement, firm fixed price, delivery order, for brand name BD Pyxis Medstation 2 drawer (Part 323) is to be provided as well as the RRM Slimline 12FT locking device for refrigerator (Part 345-RRM-12), along with the maintenance of these products. The James E. Van Zandt VA Medical Center requires a Medication Dispensing Cabinet at the State College CBOC location to accommodate 10 specific patient care areas. Current systems cannot accommodate projected expansion required for forecasted emergent COVID-19 patient. GENERAL TASK REQUIREMENTS The contractor shall provide all labor, equipment, tools, materials, supervisor, and other items necessary to deliver and install the equipment. Contractor must have an existing installation at another VA medical center which includes: Server and equipment must have connection to existing VA network, utilizing VistA and PADE with provisions for connectivity to expected Cerner© applications. Existing installation must be functioning properly and to expectations for at least 90 days. 3.1 Installation: The following medication cabinet is to be installed at the following location: LOCATION QTY Type/ Size Cabinet Additional Components State College CBOC 1 each MESR2B--0H--0N0U0M0B2V MEDSTATION, ES,MAIN,2DR (Rx, P.Drws 2). RRM MED,RM,SLIMLINE,12FT. Monthly Maintenance of MESR2B--0H--0N0U0M0B2V MEDSTATION, ES,MAIN,2DR (Rx, P.Drws 2), Support Level: Preferred / Elite 4h. Monthly Maintenance of RRM MED,RM,SLIMLINE,12FT Support Level: Preferred / Elite 4h Flex-lock refrigerator External Locking bin Med label module Patient profiling Installation shall take place on or before 90 days of contract award date as per discussion with COR. An implementation plan provided by the contractor is required within 30 days from contract award date. The following components are required for the workflow system: Secure narcotic storage Barcode automation including bar code scanner Uninterruptible power supply Sealed keyboard Electronic documentation Compatibility and integration with CPRS, VistA, BCMA, and Alaris IV pumps Integrated inventory management system for inpatient pharmacy automated formulary integration recommended PAR levels manage medications, including IV compound ingredients bar code scanning bar code labeling system for medications inventory utilization user access management facilitation of tech-check-tech integration with medication dispensing cabinets Integrated PC screen on cabinet with touch screen Fingerprint biometric capability Multiple cell cabinet configuration Cabinet and drawer height flexibility Various sizes of drawers Various configurations of drawers within each cabinet Ease of changing drawers Alert to open appropriate drawer and compartment Internal, removable compartments within each drawer and various configurations Large drawers for supplies and large packaging (e.g. long acting injectibles, bottles etc.) internal and external flexibiliy of location of return bin anesthesia work carts storage for oral meds, liquids, topicals, eyedrops, large and small volume IVs ability to have individual profile and non-profile configurations full user security with various access levels track usage, missed doses, patient history and drawer inventory diversion software installation of medication cabinets 24/7 remote support is required On-site service within 4 hours On-demand system training capabilities 3.2 The following software interface shall be configured on the system: Network connectivity between medication cabinets, server, and VA Network Inventory management software, server and VA Network 3.3 Training: Training for pharmacy and nursing staff shall be provided by the contractor. Multiple training opportunities shall be scheduled within an 8-hour day with times specified by the COR. Test and Acceptance: Contractor in conjunction to pharmacy and nursing designee shall test all equipment after installation. The government shall accept equipment once installation and successful testing has been completed and approved. Warranty/Service Contract: All equipment and materials shall come with a standard one-year warranty. Warranty shall begin after installation of equipment and completion of tests. All hardware will be installed and operational in accordance with manufacturer s specifications and VA IT requirements. 4.0 CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for the following: Assign a Project Manager upon award of contract. The Project Manager shall develop a project schedule and implementation plan. Contractor shall provide qualified and VA credentialed personnel to perform the installation of the items as noted in this SOW. Contractor shall schedule and coordinate the installation in agreement with the customer. The Contractor shall complete the install and configure all elements of the new system within the following hours: 8:00 AM and 4:00 PM, Monday thru Friday (no government holidays). Contractor shall be responsible for all system/software testing after installation and prior to government acceptance. Contractor is responsible for onsite training for approximately 1 day. Training times shall be coordinated with COR. Contractor is responsible to ensure all equipment to be installed meets VA standards. Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. 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. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates should be maintained by the COTR of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. The vendor shall comply with the following VA Handbooks: VA Handbook 6500: Information Security Program VA Handbook 6550: Pre-Procurement Assessment for Medical Devices 5.0 GOVERNMENT RESPONSIBILITIES: The Government shall provide the following: The authorized COR, will assume responsibility for the installation and performance of all other equipment and work necessary for completion of this project: Provide site access and escorts to the customer's location to where the equipment is located. Provide adequate space for the work to be performed. Provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. 6.0 CONTRACT ADMINISTRATION: The VISN 4 Veterans Administration Contracting Office is responsible for the sole administration for this contract. 6.1 Contract Administrator: Contract administrator shall be designated at time of contract award. 6.2 The Contracting Officer Representative (COR) will be identified by separate letter. The COR is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. 6.3 The COR does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. 7.0 CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) The services, although not directly supervised, shall be reviewed by the Department of Veterans Affairs staff to ensure contract compliance. The contractor's performance will be evaluated in accordance with FAR 42.15. Contract monitoring reports will be prepared by the Contracting Officer's Representative (COR) and maintained in the contract file. In accordance with FAR 42.1502 and 42.1503, agencies shall prepare an evaluation of contractor performance and submit it to the Contractor Performance Assessment Reporting System (CPARS). The VAMC utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to provide contractor performance evaluations. The contractor shall provide and maintain a current e-mail from the Focal Point thru the following website address webptsmh@navy.mil when the contractor is registered in CPARS. The contractor must be registered to access and review its evaluation and/or provide a response. IF Vendor will be on station: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. Copies to be maintained by COR. Government Furnished Information or Material: a. This acquisition does not include Government-furnished property (GFP), identify in the Statement of Need all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. b. This acquisition does not include Contractor-acquired property (CAP). c. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" 5. Period of Service: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. 6. Security/National Agency Check Requirements: No special security requirements are anticipated. Influenza Vaccination: VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VA Medical Center s. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. Tuberculosis Prevention: Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19: Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates: If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking: All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2d85560b6c33406aba53d3f268c7737d/view)
- Place of Performance
- Address: Altoona VA Medical Center James E. Van Zandt VA Medical Center Attn: State College CBOC 2907 Pleasant Valley Blvd., Altoona, 16602
- Zip Code: 16602
- Zip Code: 16602
- Record
- SN06811354-F 20230831/230829230106 (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 |