Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2014 FBO #4565
DOCUMENT

65 -- PHARMACY SOFTWARE INSTALLATION - Attachment

Notice Date
5/23/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26114Q0569
 
Response Due
5/30/2014
 
Archive Date
6/9/2014
 
Point of Contact
carol.lam@va.gov
 
E-Mail Address
carol.lam@va.gov
(carol.lam@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to 05/29/2014 will be considered by the Government. A determination by the Government not to compete with 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 solicitation number, VA261-14-Q-0569 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 339112, Size Standard: 500. Requirement Description: Item Information ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1MEDPORTAL INSTALLATION Re-route interface to the hospital information system Re-route EDI interface to the primary wholesaler Re-route interface to the Automated Dispensing Cabinets System Engineering resources and training on the MedPortal application. See below Scope of Work.1.00JB____________________________________ GRAND TOTAL__________________ SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR MEDPORTAL PHARMACY SOFTWARE INSTALLATION SERVICES 1.Background The Inpatient Pharmacy is a vital clinical service within the San Francisco VAMC to provide care for our veterans. This inventory management technology is a critical component for this service that must meet our clinicians' needs. The value of our inventory is in excess of $500,000. Without inventory management software, our pharmacy staff is required to manually count drug inventory and maintain manual par levels of all drugs, which is a very laborious process. Automation of the inventory process leads to a more efficient process where we only order products that need replenishment. 2.Project Scope The San Francisco VA Medical Center is looking to purchase professional services to allow for the software installation, system reconfiguration, and system training for MedPortal inventory management software in the Inpatient Pharmacy at the San Francisco VA Medical Center in San Francisco, CA. Performance Location: San Francisco VAMC 4150 Clement Street San Francisco, CA 94121 3.Installation The installation will include the following items: "Must include installation of the Swisslog MedPortal software platform "Must be compatible with existing inventory management system hardware including server, workstations, scanners, and barcode printers "Must interface with existing Swisslog BoxPicker robotic storage unit. "Must reroute interface to the hospital information systems, VistA and CPRS "Must reroute EDI interface to the primary wholesaler, McKesson "Must reroute interface to the Automated Dispensing Cabinets, Aesynt Acudose and Swisslog Boxpicker "Must conform to all VA networking and security protocols and requirements "Must provide a team to include at least the following: system engineer, pharmacy workflow consultant, project manager, and developer "Must utilize as much existing configuration and data from the existing system as possible All work and installation will be coordinated with the COR, Pharmacy, and Biomedical Engineering groups. The full deployment shall have a 30 day deployment window. Vendor will have no access to VA sensitive information during the installation. Working space and space available shall be as determined by the COR. The San Francisco VA Medical Center is a fully operational hospital. The Contractor must schedule his work around VA operations and specifically for the convenience of the hospital. 4.Testing The contractor shall verify to Biomedical Engineering and Pharmacy staff that the system meets all requirements stated on this contract through demonstration and validation. Vendor will have no access to VA sensitive information during the testing. 5.Training The Contractor will be responsible for providing on-site user training for the MedPortal software. The San Francisco VAMC will have four days of onsite user training. Training shall have a 1 year window to be used at San Francisco VAMC's discretion. Vendor will have no access to VA sensitive information during the training. 6.Operations and Storage Areas The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. Debris will be removed daily by the contractor unless otherwise directed. Workmen are subject to rules of the Medical Center applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or offsite of the VA premises. Execute work so as to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Contractor shall keep work, storage, and staging areas clean and neat. Contractor shall provide sufficient trash containers so that there is no debris lying around. The containers shall be emptied at least weekly and more frequently, if needed. 7.Sign-in Procedures: All Contractor workers are required to sign in and out at the VA Police Dispatch in the ground floor of Building 203 as directed by the COR or designee. A valid state driver's license or state identification card is mandatory for all employees to have access to this facility. All contractor workers are required to obtain and wear the assigned time-limited VA I.D. badge at all times. If after-hour key service is needed, contact VA Police Dispatch at 415-221-4810, extension 2003. 8.Work Hours: Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR. Requests for after-hours work must be submitted in writing to the COR two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. 9.Remote Support: The contractor shall have proper access and control to remotely monitor all equipment as required in Section 5. This includes background checks and Information Security Officer approval as required by Directive 6500. The contractor must demonstrate active security clearance before award. 10.Mobile Media Scanning: The Contractor will identify if removable media (i.e. USB or DVD/CD Device) is required to perform his/her duties. Chief Biomedical Engineer or designee will ensure the removable media is scanned with anti-virus software running current virus definitions prior to connection to any medical device system. SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR NumberTitleDate 52.212-1INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMSJUL 2013 52.212-4CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMSSEP 2013 52.212-5CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS For the purposes of this clause items (b) 1,2,3, 4,5, 6, 7, 8, 12, 22, 23, 25,26, 27, 28, 29, 30, 31, 32, 33, 34, 35, 38, 39, 40, 42, 46, 48,51 are considered checked and apply. JAN 2014 C.2 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Provision) C.3 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of Clause) C.4 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) FAR NumberTitleDate 852.237-70CONTRACTOR RESPONSIBILITIESAPR 1984 C.5 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) C.6 VAAR 852.246-70 GUARANTEE (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) C.7 VAAR 852.246-71 INSPECTION (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account. (End of Clause) (End of Clause) Contracting Office Address: Department of Veterans Affairs; VISN 21 3801 Miranda Avenue Palo Alto, CA 94304 Primary Point of Contact: Carol Lam Carol.lam@va.gov Phone: 650-493-5000 X65825 Fax: 650-493-2546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26114Q0569/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-Q-0569 VA261-14-Q-0569 CSS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1383332&FileName=VA261-14-Q-0569-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1383332&FileName=VA261-14-Q-0569-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03375521-W 20140525/140523234539-294f2003680bbda9707e62970b070f4c (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 |
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.