DOCUMENT
65 -- COMPACT ROBOTIC PRESCRIPTION - Attachment
- Notice Date
- 7/6/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Columbus;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
- ZIP Code
- 43219-1834
- Solicitation Number
- 36C25018Q9419
- Response Due
- 7/11/2018
- Archive Date
- 9/9/2018
- Point of Contact
- Percy Johnson
- E-Mail Address
-
7-5534<br
- Small Business Set-Aside
- N/A
- Description
- VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 9 of 9 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q9419 Posted Date: 07/06/2018 Original Response Date: 07/11/2018 Current Response Date: 07/11/2018 Product or Service Code: 6515: Medical and Surgical Instruments Equipment and Supplies Set Aside (SDVOSB/VOSB): n/a NAICS Code: 339112: Surgical and Medical Instrument Manufacturing Contracting Office Address Network Contracting Office (NCO) 10 2780 Airport Dr., Suite 340 Columbus OH 43219 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation 36C25018Q9419 and is issued as a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, effective June 15, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1,000 employees. Offerors must state their business size when submitting their offer. Salient Characteristics The Chalmers P. Wylie VA ACC is in of replacing the ScriptPro data terminals and miscellaneous accessories. Additionally, the pharmacy will be adding a Compact Robotic Prescription Dispensing System that will be utilized in the Vault. The upgrade to the system must be compatible with the current ScriptPro system as it has been used at the Columbus VA since 2001 and we will continue to operate with components from the current system. The procurement includes the following: The following are replacements and upgrades for end of the life: SP Central Expanded Platform Pharmacy Data Terminal Pharmacy Printer Electronic Signature Pad SP Dual Serial Interface Controller The following are new additions: Compact Robotic Prescription Dispensing System a new compact robot that will be utilized in the Vault to improve safety, accuracy and efficiency Eyecon Model 9420 a new automated counting tray that will count the number of tablets/capsules by simply pouring the tablets/capsules on the counting tray. Additionally, it will capture an image for later reference if a patient claims they were shorted on a prescription fill. This Eyecon counting tray is an item ScriptPro has developed to connect with their server to save the image. No other company offers this item to work with the ScriptPro system. Smart Card Scanner recommended by ScriptPro per a memo from the VA regarding the addition of these to any upgrades. However, due to the ScriptPro system already requiring a log-in, we advise not purchasing these due to the intent already being met and the inefficiencies these would add into the system. Robotic Cell Multiplexor for SP200 Robot & Conversion to Robot to Accept RCMs new cells to go into the existing robot that count independent of the robot. These are great for high volume medications as the counting will already be done and when the arm arrives at the cell it will dump the tablets/capsules into the bottle versus the traditional cells which count once the arm arrives. This RCM is an item ScriptPro has developed to work in their robot. No other company offers this item to work with the ScriptPro system. Standard Interface (EyeCon, Rx Paperwork and MedGuides) required interface with the upgrades mentioned in this section. Conversion to Collating Control Center this allows for six lanes coming off the existing robot versus the one lane currently. This will improve efficiency of the robot. Conversion of SP200 to Bulk Load Vial Dispenser this allows for the existing robot to be filled by dumping in the bottles versus placing them in one by one currently. Additionally, it will cut the number of replacements of the vials per day from approximately 8 to 2. New Equipment ONLY; NO remanufactured or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror s responsibility to ensure the quote is received. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The Louis Stokes Cleveland VA Medical Center is seeking to purchase the CRS Compact Robotic Prescription system for the Pharmacy Department. With this system we will have photographic accounts of the amount of medication dispensed and when. As well as increase production and efficiency. All interested companies shall provide quotes for the following: Supplies Line Item Description Quantity Unit Price Total Price 1 CRS COMPACT ROBOTIC PRESCRIPTION DISPENSING SYSTEM ORIGINAL PRICE 94,992.00 LESS: SP CENTRAL SOFTWARE CREDIT 19219.20 PURCHASE PRICE CREDIT FOR PREVIOUSLY PURCHASED AND CURRENTLY SUPPORTED SP CE 1 Security Requirements Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 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). 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. 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. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Place of Performance Address: Chalmers P. Wylie Ambulatory Care Center 420 N James Rd Columbus OH Postal Code: 43219 Country: UNITED STATES Award shall be made to the vendor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) 852.203-70, Commercial Advertising (Jan 2008) 852.211-73, Brand Name or Equal (Jan 2008) 852.232-72, Electronic Submission of payment Requests (Nov 2012) 852.246-70, Guarantee (Jan 2008) 852.246-71, Inspection (Jan 2008) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exceptions. Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Percy Johnson, percy.johnson2@va.gov, no later than July 10, 2018 Point of Contact Percy Johnson Contract Specialist Network Contract Office 10 Office: 614-257-5534 Email: percy.johnson2@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q9419/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9419 36C25018Q9419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4464292&FileName=36C25018Q9419-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4464292&FileName=36C25018Q9419-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9419 36C25018Q9419.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4464292&FileName=36C25018Q9419-000.docx)
- Place of Performance
- Address: Chalmers P. Wylie Ambulatory Care;420 N. James Rd;Columbus OH
- Zip Code: 43219
- Zip Code: 43219
- Record
- SN04981535-W 20180708/180706230427-f4a0247d0c5775cb7b93846067998e6e (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 |