SPECIAL NOTICE
65 -- PORTLAND AREA ROBOTIC PRESCRIPTION DISPENSING SYSTEM MAINTENANCE AND UPGRADES
- Notice Date
- 3/19/2024 3:48:28 PM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71324Q00049
- Response Due
- 3/26/2024 10:00:00 AM
- Archive Date
- 04/10/2024
- Point of Contact
- Dulcey Evening, Portland Area Divisision of Acquisition
- E-Mail Address
-
PORAOAcquisition@ihs.gov, PORAOAcquisition@ihs.gov
(PORAOAcquisition@ihs.gov, PORAOAcquisition@ihs.gov)
- Small Business Set-Aside
- ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
- Description
- The Indian Health Service (IHS), Portland Area Office intends to solicit a �Blanket Purchase Agreement or issue multiple orders for maintenance of its existing robotic prescription dispensing system as a limited source to Scriptpro USA Inc. as the only reasonable source available pursuant to FAR 8.405-6(c), the requirement will also include open markets items for rentals and upgrade of its existing systems. For open market items, Federal Acquisition Circular FAC 2024-03 provisions, and clauses are in effect, and procedures in FAR 13.5 will be used in accordance with 41 U.S.C.1901. �Scriptpro USA Inc. is the only source reasonably available to IHS under Contract No. 36F79719D0135. This equipment is the primary system for prescription processing across IHS Portland Area, it also has an existing HL-7 interface that integrates with RMPS, and to insure maximum compatibility and minimal modification of existing systems and equipment. The Portland Area of Responsibility is within Idaho, Washington, and Oregon. The estimated rental, upgrade, and support may vary per order. The NAICS code is 339112. In accordance with 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to Indian Economic Enterprises (IEE) whenever the use of that authority is authorized and practicable. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be marked. Interested organizations presenting a Capability Statement in response to this notice must identify their size status. Responses should include: (1) Business Name, (2) Point of Contact Name, Phone Number, and E-mail Address, (3) UEI, and NAICS code, (4) Business Size SMALL OR LARGE, (5) Type of Business NATIVE OWNED, SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED, etc., (6) Demonstration capability, and capacity to furnish services or supply within the geographic area. All capability statements sent in response to this notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). All information submissions shall be received via e-mail to PORAOAcquisition@ihs.gov. E-mail shall include reference ID No. �75H71324Q00049/Interested Seller Company Name� on the subject line in order to be considered.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/93f2152b7fc947dbbfb404738ae7a70b/view)
- Place of Performance
- Address: Fort Hall, ID 83203, USA
- Zip Code: 83203
- Country: USA
- Zip Code: 83203
- Record
- SN07001351-F 20240321/240319230046 (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 |