Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2014 FBO #4772
DOCUMENT

J -- maintenance support for pharmacy robot - Attachment

Notice Date
12/16/2014
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26015N0154
 
Response Due
12/19/2014
 
Archive Date
2/17/2015
 
Point of Contact
Dean Umathum
 
E-Mail Address
dean.umathum@va.gov
(Dean.Umathum@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Dean Umathum at dean.umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Dean Umathum at Dean.Umathum@va.gov. 1) Company name, address, point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 811219. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $20.5 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft SOW below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT SOW as follows. Thank you for your participation. 2. Contract Title. Puget Sound Health Care System (PSHCS) Seattle Division and American Lake Division McKesson Automated Pharmacy Equipment Service Contract 3. Background. Puget Sound Health Care System (PSHCS) Seattle Division and American Lake Division requires on-site, full service maintenance and repair contract to ensure that the Seattle Division McKesson Automated Pharmacy Equipment are kept in proper operating condition and ready for to safely and effectively deliver medications. This contract includes all parts and service to properly provide preventative maintenance, on-site repairs, to ensure that all units are fully operational according to manufacturer specifications prior to departure. 4. Scope. Contractor shall provide all equipment, labor, parts and travel for the annual maintenance support for the ROBOT-Rx, MedCarousel, Connect-Rx, and Fulfill-Rx Equipment. Maintenance and repair services shall be provided between 8:00 am to 5:00 pm, Monday through Friday, excluding federal holidays. 5. Specific Tasks. The contractor shall provide all travel, labor, materials, tools, documentation, and parts required maintain and repair required, ensuring that all units are fully operational according to manufacturer specifications on: Equipment Entry NumbermodelSerial NumberLocation Connect-Rx54342CONNECT-RX SOFTWARE8RD7C01 BB102-100-663 MedCarousel ®95083SYS-180-081625NTUL1004766/001BB102-100-663 ROBOT-Rx54288ROBOT-RXSR20006BB102-100-663 Fulfill-Rx(SM)86670ARP400SL6 Cyclone LicenseL0HRAZIA2 BB102-100-663 5.1 Task One: The contractor shall provide all equipment, labor, parts and travel for the annual maintenance support for the ROBOT-Rx, MedCarousel, Connect-Rx, and Fulfill-Rx Equipment. 5.1.1 Deliverable One: Provide all equipment, labor, parts and travel for the annual maintenance support for the ROBOT-Rx, MedCarousel, Connect-Rx, and Fulfill-Rx Equipment: 1.The contractor shall clean the system, 2.The contractor shall perform a system validation, calibration, and all required adjustments 3.The contractor shall replace susceptible parts to failure to ensure performance as designed by the manufacture. 4.The contractor shall return the equipment to the operating condition designed by the manufacture 5.The contractor shall furnish a completed service report indicating the result of the scheduled inspection 6. Performance Monitoring 6.1. The contractor shall provide the COR a completed Corrective and Preventative Maintenance service report all work performed. 6.2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. 6.3. The tasks are well defined and can, therefore, be easily monitored by the Government POC, who shall represent the Government for this process. Contractor performance will be monitored and the work certified by the COR. The COR will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 7. Security Requirements The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. Records Management Language for Contracts The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 11.Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data- General, FAR 52.227-14(d) (1). 12.VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor's information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA's information is returned to the VA or destroyed in accordance with VA's sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. 13.Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. 14.The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. 15.The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Government furnished property will not be provided to the contractor. 9. Other Pertinent Information or Special Considerations. 9.1. Identification of Non-Disclosure Requirements. It is agreed that: 9.1.1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 9.1.2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 9.1.3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 9.2. CONTRACTOR EXPERIENCE REQUIREMENTS 9.2.1. Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" Field Service Engineer (FSE) and a "fully qualified" FSE who will serve as the backup. 9.2.2."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. 9.2.3The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the PSHCS. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any PSHCS equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the PSHCS equipment. 9.2.4Subcontractor will not be used under this contract unless authorized and approved by the COR. 9.3CHANGES TO STATEMENT OF WORK 9.3.1Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. 9.3.2The ROBOT-Rx is in the last year of severable life. It will not need to be covered under the option years of the contract. 10. Risk Control In general, Pharmacy needs to have an effective method to dispense medication for our Veterans. This equipment covered under this service contract is required to ensure that all units are fully operational according to manufacturer specifications. The equipment ensures that the medications will be distributed to the Veteran's safely and effectively.. 11. Place of Performance. Work will primarily be performed at the Department of Veterans Affairs Puget Sound Health Care System Seattle Division 663 1660 S. Columbian Way Seattle, WA 98108-1597 American Lake Division 663A4 9600 Veterans Dr. Lakewood WA 98493 12. Period of Performance. The contractor shall complete the work required under this SOW in from October 1, 2014 to September 30, 2015, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 13. Delivery Schedule. SOW Task#Deliverable TitleFormatNumberCalendar Days After CO Start 1Provide all equipment, labor, parts and travel for the annual maintenance support for the ROBOT-Rx, MedCarousel, Connect-Rx, and Fulfill-Rx EquipmentComprehensive Service Report 1 hard copy, 1 emailed copy for each service performed on each unitWithin 24 hours of service completion
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f37a9be20f979259481604cab562642b)
 
Document(s)
Attachment
 
File Name: VA260-15-N-0154 VA260-15-N-0154.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1776263&FileName=VA260-15-N-0154-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1776263&FileName=VA260-15-N-0154-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03597153-W 20141218/141216234424-f37a9be20f979259481604cab562642b (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.