SOURCES SOUGHT
B -- Pharmacy IV Sterile Products USP 797 Compliance Software and Education Product
- Notice Date
- 7/28/2014
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIH-CC-14-013868
- Archive Date
- 8/23/2014
- Point of Contact
- Lisa L. Schaupp, Phone: 3014020735
- E-Mail Address
-
Lisa.Schaupp@nih.gov
(Lisa.Schaupp@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The National Institutes of Health (NIH), Clinical Center (CC), the Office of Purchasing and Contracts (OPC) is seeking to identify any sources with capabilities or prior experience that can provide web-based software products and vendor capabilities for documenting compliance with the required USP 797 standards, including continuing education/training for staff, regular software updates of USP 797 Standards, and periodic reviews of standard operating procedures. These standards are enforced by the Food and Drug Administration. Government anticipates the award of a one year Firm Fixed Price Contract with four one-year options to extend the Period of Performance. The award shall not exceed 60 months if all options are exercised. OBJECTIVE: NIH/CC/OPC wishes to learn about vendor capabilities for acquiring a software based system that can document compliance with USP 797 standards as well as provide access to continuing education for staff. The system should be able to receive updates and changes as new USP standards become available. 1. General Requirements 1.1 Program must be web-based and accessible through NIH Pharmacy computer workstations. 1.2 Program allows for documentation of compliance for all items that are regulated as per the general requirements of USP 797. 1.3 Documentation is done electronically and records the time, date and specific user. 1.4 Program/Vendor to meet Federal standards in regards to Section 508 compliance as per the Rehabilitation Act of 1973. 1.5 Must meet agency specific IT security standards 1.6 Program can generate reports and send automatic notifications of overdue tasks to appropriate personnel. 1.7 Program to include access to Pharmacy specific continuing education in USP 797 Standards. 2. Specific Requirement: The Contractor shall provide the following features to meet the general requirements. 2.1 Program will not access, nor store any patient specific information of any kind. 2.2 Program will allow access to all current NIH pharmacy staff as well as access to any new employees. PLACE OF PERFORMANCE: NIH Clinical Center, Building 10, Bethesda, MD. Companies are encouraged to respond if they have the capability and capacity to provide the identified services with little or no disruption of services to the current users at the NIH/CC. Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Pricing information is encouraged, but not required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 511210 with size limitation standards of the employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 2:00pm, Eastern Time, Aug 8, 2014. The capabilities response shall be e-mailed to: Lisa.Schaupp@nih.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to the notice will not be returned. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NIH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. Please send all responses to this Sources Sought Notice before the closing date and time to the attention of the Contract Specialist listed below. Primary Point of Contact: Lisa Schaupp, Contract Specialist Lisa.Schaupp@nih.gov Phone: 301.402.0735 Contracting Office Address: 6707 Democracy Blvd, Suite 106, MSC 5480 Bethesda, Maryland 20892-5480
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-14-013868/listing.html)
- Place of Performance
- Address: National Institutes of Health, Clinical Center, Building 10, 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03439635-W 20140730/140728234509-0ab12beab965e76389dff6fe4d1e08cf (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 |