Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
DOCUMENT

65 -- TITLE: Medication Wall Carts for SCI - Attachment

Notice Date
9/10/2018
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218U0104
 
Response Due
9/13/2018
 
Archive Date
11/12/2018
 
Point of Contact
Clifford S. Harrison
 
Small Business Set-Aside
N/A
 
Description
[Type text] The VISN 2 Department of Veteran Affairs Medical Center, has an anticipated requirement for a commodity buy for WALL-MOUNTED PASS-THROUGH MEDICATION CABINETS WITH TOUCH SCREEN DISPLAYS, as outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 423450 MEDICAL, DENTAL, AND HOSPITAL EQUIPMENT AND SUPPLIES MERCHANT WHOLESALERS. The Small Business Administration (SBA) size standard for this NAICS Code is 200 Employees. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.   The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.   If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contract Officer, Mr. Harrison (Clifford.Harrison@va.gov)   - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - DUNS number - Business Size (Large/Small) under NAICS Code 339113 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Wednesday, September 13th at 12:00AM, email: Clifford.Harrison@va.gov It is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Statement of Work James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10467 Medication Wall Carts for SCI I. Introduction The James J. Peters VA Medical Center located at 130 West Kingsbridge Road, Bronx, NY is seeking wall-mounted pass-through medication cabinets with touch screen displays, controlled access, audit trail capabilities, and 1 year of software support. II. Information: The vendor is required to provide wall-mounted pass-through medication cabinets. There shall be: Twenty-four (24) Pass-Through Medication Cabinet with the following salient characteristics: 4-Compartment with the overall dimensions of approximately 19 W x 45.25 H x 9.063 D Bin sizes is approximately 9.25 L x 6W x 5 H. Each compartment to fit multiple bins to maximize amount of bins possible. One door on the Hall Side for easy loading of medication and four doors on the Room Side, one for each compartment for dispensing. Electronic access and key overrides for all doors. LCD Touchscreen access control on both sides of the cabinet Out frame fits between studs for easy construction or retrofit POE (Power Over Ethernet) MedKey Lite software or equivalent with capabilities of secure access control, audit trail, and central management One year of software support by manufacturer III. Deliverables (include but not limited to): Wall-mounted pass-through medication cabinets GENERAL INFORMATION AND REQUIREMENTS: Vendor shall not provide alternate products as alternate products cannot be considered. Deviation from this plan would restrict adaptability of product. Order to be shipped to: James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10467 ATTN: FMSC Equipment shall include all hardware required for installation. Equipment order shall be coordinated with COR.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218U0104/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218U0104 36C24218U0104.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585005&FileName=36C24218U0104-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585005&FileName=36C24218U0104-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James J. Peters Medical Center;130 West KingsBridge Road
Zip Code: 10468
 
Record
SN05080470-W 20180912/180910231003-ce4ce8a456b4639a095c31a569c846e1 (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.