DOCUMENT
65 -- TPN Compounder - Attachment
- Notice Date
- 10/18/2018
- Notice Type
- Attachment
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- 36C26019Q0021
- Response Due
- 10/22/2018
- Archive Date
- 11/1/2018
- Point of Contact
- Gregory Watson
- Small Business Set-Aside
- N/A
- Description
- Page 3 of 3 Special Notice Request for Information Only The Department of Veterans Affairs, NCO20 is looking for sources of the following. STATEMENT OF WORK/SALIENT CHARACTERISTICS Department of Veterans Affairs Seattle VA Medical Center Overview: Seattle VAMC requires Prospective contractors to provide the lease of a Total Parenteral Nutrition (TPN) Compounder and Compounder Software for a Base Year and four (4) Option Years. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Baxter Healthcare Corporation (Baxter). 1 EA H9380302L EXACTAMIX 1200 Live System 1 EA H9380302W EXACTAMIX 1200 Back Up System 1 EA AMULTI Abacus ME Multi Workstation Software Objective: Our objective is to provide Seattle VAMC with necessary equipment to provide the best care for our veterans. An automated compounder is critical to the manufacture of TPN which cannot be made manually. Safely and accurately preparing large volume TPN for hospitalized patients requires the use of an automated compounding device. Vendor will install the Compounder in the Inpatient Pharmacy clean room. The vendor will work with VA IT to make Compounder software accessible from VA workstations and build a library of common IV formulations. The vendor will train pharmacy staff how to use the Compounder software and the Compounder itself. Salient Characteristics Provides 24/7, 365 days of the year customer support The backup compounder included in the least will be operational immediately Compounder capable of pumping 12 separate ingredients from glass vials and IV containers. 1ml minimum pumping volume. Provides on-site training for compounder and compounder software. Compounder software accessible from no fewer than eight VA inpatient pharmacy workstations in 4B-101, 3B-101, BB-102 and 4D-113T. Pharmacists working at these VA workstations must be able to queue Compounder manufacturing tasks directly to the IV room in BB-102 from any of these satellite workstations so technician can then proceed running the Compounder Performs gravimetric check following compounding operations. Self calibrating pumps. Ability to detect air and occlusion within the tubing sets. Warning indicator for incompatible mixing sequences. Integrated scale to weigh product. Closed system type. System must be able to produce a printed and electronic record of mixing activity for audit and quality assurance purposes. System can track component lot numbers and expiration dates, customer can turn off this feature if desired (software does not require this data to run) Calibration report produced by the system meets US Pharmacopeia Chapter 797 recommendations (USP 797) System to use a barcode reader to verify additive components and final product label. System to use color monitor. System to include an electronic weight scale. System interfaces with VA printer for report generation. System must be capable of generating a zebra or equivalent type label. Software must be compatible with Microsoft Windows operating system. This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 10/22/2018 5:00 pm EST. In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan 2017. The North America Industry Classification System Code (NAICS) is 325412. Business Size Standard is 1000 Employees. Contracting Office Address: Department of Veterans Affairs NCO 20 Acquisitions 5115 NE 82nd Ave Suite 203 Vancouver, WA 98662 Contracting POC Gregory Watson 360-553-7602 gregory.watson2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0021/listing.html)
- Document(s)
- Attachment
- File Name: 36C26019Q0021 36C26019Q0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641324&FileName=36C26019Q0021-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641324&FileName=36C26019Q0021-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26019Q0021 36C26019Q0021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4641324&FileName=36C26019Q0021-000.docx)
- Place of Performance
- Address: Seattle VA Medical Center;1660 S. Columbian Way;Seattle, WA
- Zip Code: 98108
- Zip Code: 98108
- Record
- SN05128653-W 20181020/181018230735-a4e1638b6301050592a28c6b29485a88 (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 |