SOLICITATION NOTICE
W -- Lease and service maintenance agreement for base plus four years for Medical Dispensing Equipment for the PHS, IHS Hospital in Red Lake, Minnesota
- Notice Date
- 3/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
- ZIP Code
- 57401
- Solicitation Number
- RFP-10-12
- Archive Date
- 4/27/2010
- Point of Contact
- Lara Nelson, Phone: 605-226-7239
- E-Mail Address
-
lara.nelson@ihs.gov
(lara.nelson@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR 37.4, Non-personal Health Care Service (10 U.S.C 2304 & 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) is requesting proposals in accordance with the requirement of Request for Proposal (RFP)-10-12, for commercial item contract for lease of medical dispensing equipment with four one-year service maintenance agreements for the Red Lake PHS, IHS Hospital in Red Lake, Minnesota. The contractor shall meet statement of work (SOW) and meet all technical criteria. The IHS reserves the right to make a single award or multiple awards whichever is most advantageous to the Government. If you are unable to access this notice you may request a copy, in writing, referencing the RFP number. Requests may be emailed to lara.nelson@ihs.gov. The closing response date and time is 3:00 pm, April 12, 2010. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-39. The associated North American Industry Classification System code is 532490 & the small business size standard is $7.0 million. PRICE SCHEDULE: MEDICAL DISPENSING EQUIPMENT: The proposed pricing must be all inclusive All "inclusive unit price" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes (contact the local Tribal TERO Office to see if taxes are applicable), plus all other costs pertinent to the performance of this contract. CONTRACT LINE ITEM NUMBER (CLIN) ONE: LEASE OF MEDICAL DISPENSING EQUIPMENT - Brand Name or Equal to requirement. Contractor may submit more then one type of equipment for their proposal. Symphony System Plus ROBOTTx-140-140 Dispensers with Stand alone Server and Peripherals. QTY PharmASSSIT Equipment and software. *ROBOTx Dispensing system 1 $____________ *Dispenser Model 1 spare 2 $____________ *Dispenser Model 2 Spare 1 $____________ *Vial Cassette Spare (to be included) *ROBOTx TCD Controller Software License 1$____________ * Symphony Software License 1 $____________ *Auxillary Label Software license 1$____________ Workstation Equipment (note 2); *System Server Workstation 1$____________ *Electronic Signature Pad Kit 2$____________ *Barcode Scanner, RF with Cradle 2.4 GHz 2$____________ Installation, Training and shipping; * System Installation 1$____________ *System Training 1$____________ Shipping (Included) *RPMS interface FEE, estimate (note 3) 1$____________ Miscellaneous; *Base Workstation Peripheral Kit 5$____________ *Order entry Workstation Peripheral Kit; 5$____________ Extended Warranty; Pharmassist ROBOTx per year $______________ System Server per year $_______________ Workstation Equipment per year $_______________ PharmASSIST software per year $______________ Total Cost $____________ Estimated Quantities: BASE PERIOD: 12 months x $__ per month = $__; OPTION YEAR 1: 12 months x $__ per month = $__; OPTION YEAR 2: 12 months x $__ per month = $__; OPTION YEAR 3: 12 months x $__ per month = $__; OPTION YEAR 4: 12 months x $ _ per month = $__; CONTRACT LINE ITEM NUMBER (CLIN) TWO: SERVICE MAINTENACE AGREEMENT BASE PERIOD: 12 months x $ ___ per month =$__; OPTION YEAR 1: 12 months x $__ per month = $__; OPTION YEAR 2: 12 months x $__ per month = $___; OPTION YEAR 3: 12 months x $__ per month = $__; OPTION YEAR 4: 12 months x $__ per month = $__; Total Cost for service maintenance agreement per year tiny_mce_marker___________ GRAND TOTAL (lease plus service agreement per year): $ _____________Base Option year 1 $___________________ Option year 2 $____________________ Option year 3 $___________________ Option year 4 $____________________ PURPOSE OF THE CONTRACT: Brand Name or Equal to requirement. Contractor may submit more then one type of equipment for their proposal. Symphony System Plus ROBOTTx-140-140 Dispensers with Stand alone Server and Peripherals. The purpose of this contract is for the provision of lease of medical dispensing equipment and four one-year maintenance service agreements for the IHS. The Aberdeen Area IHS requires contractor support in order to provide equipment and services in the IHS Red Lake PHS, IHS Hospital. The contractor shall furnish the necessary personnel, supplies, materials, and equipment to provide high quality services to the IHS Hospital. IHS requires contractor services to continue without interruption during the resultant contract. This is a non-personal services contract. GOVERNMENT FURNISHED EQUIPMENT, FACILITIES, & PROPERTY: 1. The IHS Health Center shall provide administrative and professional ancillary personnel deemed necessary to support the contractor. These services shall be available during normal business hours. CONTRACTOR RESPONSIBILITIES STATEMENT OF WORK: The Contractor shall: 1. Provide lease of medical dispensing equipment for base year plus four one-year options along with service maintenance agreement for base plus four one- year options. 2. Automated system for filling regularly/frequently ordered prescription medications supplied in solid oral dosage forms. Such a system would fill the medications in a quick, efficient and standardized manner that would reduce the need for staff to hand count prescription medications in order to do the same work. The reduction in human interface with this process will significantly reduce the risk of medication errors due to filling mistakes. 3. The system should also provide tracking solutions to aid pharmacy management in tracking product dosage and forecasting inventory management needs to that the pharmaceutical inventory is optimized to maintain a balance between in-time inventory quantities and potential upswings in demand for commonly ordered items. 4. The system should aid the pharmacy in limiting access to controlled substances to staff members who have the proper authority to handle such substances in order to mitigate loss/and or prevent diversion of controlled substances for illegal use. 5. The system shall provide a workflow management solution that assist pharmacy staff in identifying where prescription items are in the filling process (order entry/verification, filling, checking and dispensing) and provides productivity data on the process. 6. The system should provide productivity data for each staff member that participates in the process so that staffing patterns can be adjusted based upon workload patterns, employee proficiency, and projected increase in demand. The contractor shall serve as the consultant for all equipment questions, concerns and or problems. SPECIFICATIONS & STANDARDS: The resulting contract shall be: 1. Be a non-personal service, which the contractor is independent, not considered an employee. 2. Allow the IHS to evaluate the quality of professional & administrative services provided, but retain no control over the medical/professional aspects of the services rendered. 3. Require the contractor to indemnify the Government for any liability producing act or omission by the Contractor during contract performance. Contractor shall notify the Contracting Officer of any changes relating to this contract during the contract life. The notification shall provide evidence that they meet all the requirements of this clause. 5. Any subcontracts relating to this contract shall contain the requirements of FAR 52.237-7 clause. 6. The services provided by the contractor shall include lease and service maintenance of medical dispensing equipment. PERIOD OF PERFORMANCE: Date of Award through April 30, 2010 with four 12 month option years. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance & assessment of performance and recommending technical changes: (2) Technical evaluation as required; (4) Technical inspections & acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION & PAYMENT: The Contractor shall submit its invoice to Remit to address. Payment shall be made by the Aberdeen Area Financial Management Branch, 115 4th Ave SE, Room 309 Federal Building, Aberdeen, South Dakota 57401. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural & language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical & personnel records, & all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil & criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. The IHS shall provide training on the Freedom of Information Act & the Privacy Act. All IHS regulations & policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control & safety procedures, practices, and standards. PROVISIONS & CLAUSES: The following provisions & clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; & 52.212-3 Offeror Representations & Certifications Commercial Items are incorporated by reference. (If you are registered with ORCA please submit a copy of your representations and certifications along with offer; if you are not registered with ORCA please submit FAR 52.212-3 with proposal). The provision at 52.212-2 applies to the acquisition & is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical Proposal will be worth 60% and cost will be worth 40% factors for basis of award. - The following factors shall be used to evaluate offers: (1) Automation system fills all medication rapidly and accurately 20PTS (2) Automation system provides security controls to limit access to medications to specific users based upon authorization levels 20PTS (3) Automation system minimizes downtime due to drug replenishment in system, system maintenance, and operational failure 20PTS (4) Onsite service is provided within 24hrs when downtime is experienced if problem cannot be addressed remotely 10PTS (5) Workflow software can track status of prescriptions from filling, to pending verification, to verified, to pending pickup to released to patient. Patient signatures are captured electronically. Can also allow documentation to be attached to prescription fills 10PTS (6) System provides scalability which allows for future enhancements with minimal future capital outlays 10PTS. Pricing for equipment, software, software and service is competitive 10 PTS. Total points 100. Proposals which merely offer a statement to conduct/provide in accordance with the requirements of the Government Statement of Work will not be eligible for award. The offeror must submit an explanation of the proposed technical approach in conjunction with the tasks outlined in the Statement of Work/Specifications. The detailed work plan must be submitted indicating how each aspect of the Statement of Work is to be accomplished. Please include any information that may be helpful for the technical review, which may include merchandise brochures and pictures with technical explanations. If applicable please include all leasing information; terms and conditions and or use of subcontracting. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed Equipment and its technical benefits/ method of operation and provide specific explanation of the service maintenance agreement available. The technical proposal must also include information on how the project is to be organized, managed and approximate delivery/installation date. Please provide your name/company name, Tax Identification Number (TIN/EIN); Dunn and Bradstreet Number (DUNN); address, email and telephone number. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR & Health & Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.213-2, 52.213-352.215-5, 52.217-8, 52.219-6, 52.219-28, 52.21709, 52.222-1, 52.222-3, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-13, 52.229-3, 52.232-18, 52.232-19, 552.233-1, 52.232-30, 52.232-33, 52.233-3, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.244-6, 52.245-1, 52.245-1, 52.249-1, 52.249-2, 52.249-8, 52.253-1, 352-202-1, 352-215-1, 352.215-70, 352.223-70, 352.232-9, 352-270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR & HHSAR provisions & clauses. The provisions & clauses may also be accessed electronically at http://acquisition.gov/far/index.html & http://www.hhs.gov/oamp/dap/hhsar.html. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE VIA THE INTERNET AT HTTP://WWW.CCR.GOV OR BY CALLING (888) 227-2423. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall submit a written proposal of the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Aberdeen Area Indian Health Service, 115 4th Ave SE, Room 309, Federal Building, Aberdeen, South Dakota 57401, ATTN: Lara Nelson or email proposals to lara.nelson@ihs.gov no later than 3:00 p.m. on April 12, 2010. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms & conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-10-12/listing.html)
- Place of Performance
- Address: 24760 Hospital Drive, Red Lake, Minnesota, 56671, United States
- Zip Code: 56671
- Zip Code: 56671
- Record
- SN02105587-W 20100331/100329235138-b1f67587dc753675ce9ce793931997f8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |