Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2024 SAM #8326
SPECIAL NOTICE

65 -- ScriptPro Central Workflow System

Notice Date
9/11/2024 6:39:35 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q1426
 
Response Due
9/13/2024 12:00:00 PM
 
Archive Date
10/13/2024
 
Point of Contact
James Risbon, Contract Specialist, Phone: 757-728-7128
 
E-Mail Address
james.risbon@va.gov
(james.risbon@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE: The Department of Veterans Affairs Network Contracting Office 6 intends to award a sole source, firm-fixed-price, contract to ScriptPro USA, Inc. for the ScriptPro Workflow System for the activation of the new Western Branch Community Based Outpatient Clinic located at 2508 Chesapeake Square Ring Road, Chesapeake, VA 23321. This contract action is for products and services for which the Government intends to solicit from only one source under the authority of FAR 13.106-1 (Only One Source). Interested parties may identify their interest and capability to respond to the requirement or submit proposals. The North American Industry Classification System (NAICS) for this requirement is 339112 (Surgical and Medical Instrument Manufacturing) with a small business size standard of 1000 Employees. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS The Department of Veterans Affairs, Hampton VA Medical Center intends to award a firm fixed price, single source delivery order to ScriptPro USA Inc. under their VA FSS contract 36F79719D0135 to include the following Open Market Items listed below. The purpose of the order is to purchase the ScriptPro Workflow System for the activation of the new North Battlefield VA Outpatient Clinic Pharmacy. ScriptPro Central Workflow System Open Market items to include the following: SRS Base Cabinet Storage and Retrieval System Base Cabinet 1 EA ENTERPRISE HYPERCONVERGED INFRASTRUCTURE (HCI) 2000 SERVER ARRAY (INCLUDES 3 HCI 2000 SERVERS. 1 EA PHARMACY SERVICES PORTAL SOFTWARE FOR WORKFLOW MANAGMENT SYSTEM. 1 EA INBOUND ACCESS TO PMS/WMS SOFTWARE FOR UP TO FIVE SESSIONS (PRIMARY) 1 EA SRS WORKSTATION (INCLUDES 4 SCANNING DRAWERS) 2 EA SRS BACK STORAGE 1 EA ELECTRONIC SIGNATURE DEVICE 3 EA ELECTRONIC SIGNATURE DEVICE, LOCKING STAND 3 EA EYECON MODEL 9430 9DOES NOT INCLUDE LABEL IMAGING CAMERA) 2 EA RX PAPERWORK PRINTER 3 EA WORKFLOW MANAGEMENT SYSTEM RAS DEVICE LICENSE PACKAGE (5 DEVICES) 2 EA HCI EDGE LICENSE (INCLUDES ENCRYPTION)-WORKFLOW MANAGEMENT PRIMARY AND BACKUP, RAS, PSP 4 EA RX PAPERWORK PRINTER BARCODE CARD 3 EA SECURITY ENTITLEMENT: CUSTOMER HARD DRIVE RETENTION HCI 2000/HCI, 1000/WORKFLOW PLATFORM SERVER (PER SERVER)-HCI 2000 SERVER ARRAY 3 EA SECURITY ENTITLEMENT CUSTOMER HARD DRIVE RETENTION ROBOTIC SYSTEM (PER ROBOT)-SP 20, SRS 2 EA ENDPOINT SECURITY MANAGMENT (PER PHARMACY) 1 EA ENDPOINT SECURITY (PER SERVER COMPUTER, HCI VM CLIENT COMPUTER)-13 DATAPOINTS, 4 NOTICE BOARDS, 1 KIOSK, 1 SP200, 1 SRS, 4 VMs 24 EA Custom Fixtures: 'Per SSG Project # 118483 and ScriptPro Drawing # 0.5 dated 1/17/23, Custom Fixture price includes: Qty 2 - RPH workstations. 6'0""W x 2'11""D x 3'3""H (countertop height) 7'0""H (overall height); Qty 2 - Tech workstations. 6'0""W x 2'11""D x 3'3""H (countertop height) 7'0""H (overall height); Qty 2 - Tech workstations. 4'0""W x 2'11""D x 3'3""H (countertop height) 7'0""H (overall height); Installation includes Onsite ScriptPro Project Management Services, design services, manufacturing, packaging, installation by factory certified (prevailing wage) technicians during normal business hours (M-F 8am - 5pm local time), cleanup of area, removal of all debris, and warranty. Assumes clear access to all loading docks, elevators, and installation sites. Seismic-rated equipment, calculations and permitting are not included unless otherwise specified. Pricing is valid for 60 days. Lead time is approximately 12 - 14 weeks from receipt of order. Customer acknowledges the said products represented in the aforementioned drawing are manufactured by a third party (""Third Party Products""). The Third-Party Products are not covered by ScriptPro s Support Package, or the limited warranty contained therein. For the avoidance of doubt, ScriptPro makes no representations or warranties regarding the Third-Party Products. ScriptPro shall transfer or assign to Customer all manufacturer warranties for Third Party Products or, if such transfer or assignment is not completed, shall take all reasonable steps to confer the benefits thereof on Customer. 1 EA INSTALLATION CHARGES 1 EA SUBSCRIPTION AND SUPPORT FEES 12 EA A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs associated with the preparation of responses to this notification. All inquiries and submittals must be sent via email to James Risbon, Contract Specialist, at James.Risbon@va.gov NLT 09-13-2024 at 3:00 Pm EDT. Telephone inquiries will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d21a46464394482bb5877e7f76e2bef8/view)
 
Record
SN07206755-F 20240913/240911230117 (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.