SPECIAL NOTICE
65 -- Intent to Sole Source Omnicell - XT 1-cell storage Cabinet with Locking drawers This is not a Request for Quote
- Notice Date
- 3/5/2024 12:39:52 PM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0469
- Response Due
- 3/12/2024 1:00:00 PM
- Archive Date
- 05/11/2024
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- Statement of Need/Work 1. Title of Project: Omnicell XT MED 1-Cell Cabinet with Open Configurable Drawers, and Metal Locking Drawers. 2. Background and Scope of Work: The VA Pittsburgh Healthcare System (VAPHS) is requesting a one (1) Brand Name Only purchase of the Omnicell XT MED 1-Cell Cabinet with four (4) Open Configurable Drawers, and five (5) Metal Locking drawers for the TAVR Suite at VA Pittsburgh Healthcare System (VAPHS) Operating Room. The XT MED 1-Cell Cabinet from Omnicell, is solely focused on improving medication management, giving greater control and visibility at every point in the process. The point of care automation solutions remove manual, error-prone steps in workflow, bringing the closer to the Autonomous Pharmacy a vision to automate medication processes to maximize safety, efficiency, and human potential while ensuring compliance and positive outcomes. The Omnicell -XT cabinet will improve security and improve inventory management. With increased capacity pharmacy can increase the number and the amount of medication reducing frequency of Omnicell fills. These have an FSS Contract #36F79723D0073 found on the Supply Chain Master Catalog. Combine the XT Automated Dispensing System with Omnicell One to take inventory optimization even further. This powerful intelligence solution leverages predictive and prescriptive analytics to aggregate and analyze data delivering the visibility, insights, and workflow tools you need to elevate pharmacy performance. The Omnicell brand is already interfaced with our network in Pharmacy, and the CBOC locations. The XT auxiliary cabinet will increase the bin capacity in operating room. This will increase the number (variety) and quantity of each medication available for the patient. This will enhance the functionality of the current cart-less model. The Omnicell brand is recommended since there are already other Omnicell units in place and connected to the system. Omnicell supports compliance with ISMP (Safe Medicine Practices) guidelines to improve medication use processes. The VA Pittsburgh Healthcare System (VAPHS) feels these qualities are especially important/valuable in the TAVR Suite. In addition to increased procedural effectiveness and safety, this technology can lead to improved clinical outcomes. 3. Data/Deliverables: Item Number Item Description Quantity MED-DRW-010 Open Configurable Drawer 4 MED-DRW-009 Metal Locking Drawer 5 MED-FRM-101 XT Med 1-Cell Cabinet 1 4. Scheduling, Hours of Work, and Location: Deliver all line items specified under Data/Deliverables to point of contact during normal operating hours, M-F 8:00am 3:30pm: UD Delivery Aloysius Simons Business Resources Specialist, FAC-COR I VA Pittsburgh Healthcare System University Drive C, Room 2A118 Pittsburgh PA 15240 412-360-6587 aloysius.simons@va.gov 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. Instructions The information identified above is intended to be descriptive, of the Brand Name only - Omnicell XT MED 1-CELL Storage Cabinet with Metal Locking Drawers, and Open Configurable Drawers, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on March 12, 2024, this notice will help the VA in determining available potential sources only. Reference 36C24424Q0469 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at david.santiago2@va.gov 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. 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://sam.gov/opp/edab9d8321cf4886a53cffe9a7cc1470/view)
- Record
- SN06985660-F 20240307/240305230048 (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 |