Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2016 FBO #5389
SOLICITATION NOTICE

W -- TPN Compounder

Notice Date
8/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
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
HHSN-CC-16-008909A
 
Point of Contact
Lynda Cole, Phone: 301-594-3111, Lynda Cole, Phone: 301-594-3111
 
E-Mail Address
Colelj@cc.nih.gov, Colelj@cc.nih.gov
(Colelj@cc.nih.gov, Colelj@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Project Title:Purchase of Pharmacy TPN/Dialysis Compounder Department:NIH Clinical Center, Pharmacy Department Project Officer:CAPT Richard DeCederfelt, Chief, Pharmaceutical Procurement Section, Pharmacy Department NIH Clinical Center 1.Background 1.1The Clinical Center (CC) is the clinical research facility of the National Institutes of Health (NIH) and serves as the premier center for clinical research. It provides patient care, services, training, and the environment in which NIH clinicians-scientists translate emerging knowledge into the better understanding, direction, treatment, and prevention of human diseases. The CC, through NIH's Intramural Research Program, provides patient support services for the 15 NIH Institutes that admit patients and health volunteers for the purpose of participating in the more than 1,000 intramural biomedical research studies that cover a wide spectrum of common and rare diseases. More information about the NIH Clinical Center may be found at http://clinicalcenter.nih.gov. 1.2The CC Pharmacy employee's approximately 45 staff inpatient and outpatient pharmacists and approximately 35 staff inpatient and outpatient pharmacy technicians. The inpatient section is further divided into Unit Dose and IV Additive Unit. The pharmacy is open 24 hours a day, seven days a week. Pharmacists and pharmacy technicians cover approximately 30 or more different shifts during this time period. The Unit Dose section of the Pharmacy Department dispenses, on average, 40,000 unit dose medications per month. The IV Additive Unit is responsible for the compounding of any total parenteral nutrition (TPN) and dialysis preparations. On average, the unit has 12-15 patients on TPN and potentially 2-4 patients on complex dialysis solutions. An automated compounder is critical to the manufacture of these items which cannot be made manually. 1.3Currently the Pharmacy Department leases a Baxter EXACTAMIX 2400 compounding system for preparation of all TPN solutions (EM2400). This unit is also utilized on an as needed basis to assist in the compounding of certain dialysis solutions. 2. STATEMENT OF OBJECTIVES 2.1This request is for a new lease contract for a TPN automated compounder for the duration of no less than 1 year with the inclusion of 4 option years 3.STATEMENT OF WORK 3.1Automated compounder capable of TPN manufacturer as well as cardioplegia and continuous renal replacement therapy (CRRT). 3.2Interface with TPN calculation software 4.Specific Requirement 4.1 24 lead compounder (plus a back-up) capable of pumping 24 separate ingredients from plastic, glass or syringe containers. 4.2 System offers on-site training for compounder 4.3 Interfaces with ABACUS TPN Calculation software 4.4 Perform gravimetric check following compounding operation. 4.5 0.2ml minimum pumping volume 4.6 Self-calibrating pump 4.7Ability to detect air and occlusion within the tubing sets. 4.8Electronic Y-sites to minimize source container changeovers. 4.9Warning indicator for incompatible mixing sequences. 5.Integrated scale to weigh product. 6.Closed system type. 6.1System must be able to produce a record of mixing activity for audit and quality assurance purposes. 6.2System can track component Lot numbers and expiration dates 6.3Calibration report produced by the system meets United States Pharmacopeia Chapter 797 recommendations (USP 797). 6.4System to utilize a laser barcode reader (plus back-up) to verify additive components and final product label. 6.5System to utilize color monitor (plus back-up) 6.6System to include an electronic weight scale (plus back-up) 6.7System interfaces with printer for report generation 6.8System must be capable of generating a zebra or equivalent type label 6.9Software must be compatible with Microsoft Windows operating system 7.Systems barcode reader shall be able to interface with current medication order entry system. 7.1System shall include dedicated computer for operation with color capable monitor. 7.2Lease contract for compounder that also includes the ability to purchase any necessary supply items 5.Deliverables 5.1 Lease contract renewal with ability to continue to use current compounder on site. 6.Period of Performance 6.1.Base PeriodSeptember 7, 2016 through September 6, 2017 6.2.Option Year 1September 7, 2017 through September 6, 2018 6.3.Option Year 2September 7, 2018 through September 6, 2019 6.4.Option Year 3September 7, 2019 through September 6, 2020 6.5.Option Year 4 September 7, 2020 through September 6, 2021 7.Selection Criteria 7.1.Product compatible with department's current ABACUS compounding software. 20 points 7.2.Vendor's product meets above requirements concerning TPN compounding. 20 points 7.3.Vendor's product can be leased for a period of 1 year with additional renewals up to a maximum of 5 total years. 20 points 7.4.Past performance of packager as evidenced from previous clients going back 3 years 30 points 7.5.Best value to the NIH including lease price, terms and conditions, supply item pricing and any applicable discounts. 10 points 9Include the following information for each contract or subcontract: Name of contracting organization Contact number (for subcontracts, provide the prime contact number and the subcontract number) Contract type Total contract value Description of requirement Contracting Officer's name and telephone number Program Manager's name and telephone number 10Each offeror will be evaluated on its past performance under existing and prior contracts for similar products and services. Performance information will be used for both responsibility determinations and as an evaluation factor against which offeror's relative rankings will be compared to assure the best value to the Government. The Government will focus on information that demonstrates quality of performance relative to the size and complexity of the acquisition under consideration. 11The Government is not required to contact all references by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 12The vendor scoring the highest point total will be awarded the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSN-CC-16-008909A/listing.html)
 
Place of Performance
Address: 6707 Democracy Blvd., ste 106, Bethesda, Maryland, 20602, United States
Zip Code: 20602
 
Record
SN04236905-W 20160825/160823235315-9466b00e1d0d08684dd66429a1d52f52 (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.