SOURCES SOUGHT
J -- Robotic Prescription Dispensing System Maintenance Wilkes-Barre VA Medical Center
- Notice Date
- 2/14/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- 36C24419Q0348
- Response Due
- 2/20/2019
- Archive Date
- 3/22/2019
- Point of Contact
- daniel.johnson44@va.gov
- Small Business Set-Aside
- N/A
- Description
- Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors capable of providing Robotic Prescription Dispensing System and Maintenance. These are for the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA 18711. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Verify that the business is under 811219 of the North American Industry Classification System (NAICS), Verification of Size Standard under the NAICS, Business name, address, Point of Contact, and if the business has verification as a Service Disabled Veteran Owned Small Business or Veteran Owned Small Business. All information is to be submitted via e-mail at Daniel.Johnson44@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 4:00 P.M. (EST) on Wednesday, February 20, 2019. No submissions will be accepted after this date and time. Questions can be submitted electronically to Daniel.Johnson44@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. Statement of Work Wilkes-Barre VA Medical Center The following equipment will be covered under this agreement; it will be covered under a Full Support performed by the contractor and in compliance with manufacturers specifications. This agreement shall be effective from the date of award. The Wilkes-Barre VA Medical Center is seeking an award that will contain a Base Year and Four (4) Option Years. The Contractor shall provide maintenance for the following in their responses and quotes: Item(s) Description SP Datapoint Pharmacy Data Terminal SP Printer Pharmacy Printer SP 200/0CC Robotic Prescription Dispensing System with open Control Center SP Central Platform SP Central Platform (Includes 1 SP Central Server, 1 SP Data point) Notice Board XL Prescription Notification Board XL Electronic Signature Electronic Signature Device Eyecon Eyecon Model 9420 Standard Interface Standard Interface SP Dual Serial Interface Controller SP Dual Serial Interface Controller Virus Protection (Platform System) Virus Protection (Platform System) Field Services Field Services (per diem) Responsibilities of the Contractor: The Contractor will render responsibilities covered under the Monthly Support Agreement. The agreement includes the following: 24 x 7 Telephone Support, 800# helpline for software, hardware and user questions 365 days a year Routine inspections and maintenance (bi-annually) Software upgrades and updates On-site service technician will be dispatched within 24 hours if required (all costs included) New hardware functionality will be offered as a fee-based service The Contractor shall provide to the Department of Veterans Affairs Medical Center in Wilkes-Barre, Pennsylvania (WBVAMC) written reports documenting all work performed within five (5) business days of the completion of listed work. For All Visits by Contractor: Contractor will be required to sign in at Pharmacy Service Room NG-122 located on the ground floor of the facility before beginning service calls. Upon completion of the any repair or service, including preventive maintenance (PM) inspections, the Contractor shall leave a copy of the service report with Pharmacy service, and submit, to the same location as designated above, a service report annotating what repair, service or preventive maintenance was done. Each service report shall include the name of the Contractor (including employees), name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, the parts utilized (including costs), and the room number where equipment is located. The service designee or Contracting Officer s Technical Representative (COTR) and the Field Service Engineer (FSE) attesting that the equipment is in satisfactory working order and is functioning at an acceptable level of performance shall sign this report. The Contractor shall sign out at the designated location before leaving. ***NOTE:*** failure to furnish a service report or obtain a signed copy of the service report could result in delay of payment or non-payment. Service Manual: The WBVAMC will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE, all operational and technical documentation (such as: operational and service manual, schematics, and parts list), which are necessary to meet the performance requirements of this contract. Normal Hours of Coverage, Response Time & Emergency Service: All maintenance will be performed during normal hours of coverage (unless other arrangements are agreed upon by WBVAMC and contractor). Work performed outside normal hours of coverage without approval will be considered service during normal hours of coverage. Normal hours of coverage for maintenance are Monday through Friday, 7:00 A.M. EST to 5:00 P.M. EST, excluding Federal holidays. Federal holidays are: New Year s Day, Martin Luther King Day, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Contractor will schedule all preventive maintenance tasks in advance (Mon-Fri between 7:00 A.M. EST and 5:00 P.M. EST). Failure to meet this requirement will allow the Government an option to contact a third-party vendor to provide service. Costs for services provided by a third-party vendor shall be billed against the Contractor. Furthermore, failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. Safety and License Requirements: Contractor shall obtain all necessary licenses and permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damage to personnel of government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. Contractor shall insure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. Contractor shall provide a current copy of the calibration certificates of all test equipment used to calibrate or adjust WBVAMC equipment upon request of the Contracting Officer and/or COTR. Calibration of test equipment shall be in accordance with National Institute of Science and Technology (N.I.S.T.) guidelines. Contractor s service personnel shall follow all applicable hospital policies while on site, i.e. smoking, sexual harassment, etc. The Contracting Officer (CO) and/or the COTR reserve the right to remove any of the Contractor s personnel and reuse them permission to work on WBVAMC equipment for serious violations of hospital policies. Contractor s service personnel shall wear contractor issued picture identification in a visible location while on the premises of the WBVAMC. Removal of Equipment for Off-site Repairs: Approval of the Pharmacy Service Supervisor or COTR must be obtained before removing equipment to the Contractor s location. A service ticket noting equipment description and other identification information signed by the FSE shall be provided to the Pharmacy Service Supervisor or COTR before equipment is removed from the WBVAMC. No transportation charges will be allowed for shipping the equipment to/from the Contractor s plant. Contractor will be responsible for any damage or loss of equipment, to/from Contractor s plant. Competency of Personnel Servicing Equipment: The Contractor will provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services at the WBVAMC to the Contracting Officer and/or the COTR within ten (10) days after contract award. Contractor will make revisions to this documentation whenever service personnel are assigned or re-assigned to the WBVAMC site. The Contracting Officer or COTR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing WBVAMC equipment. WBVAMC specifically reserves the right to reject any of the Contractor s personnel and refuse them permission to work on WBVAMC equipment. Cancellation of Service: WBVAMC may, without charge, terminate this contract with 30 days written notice for any reason. Contract Amendments: Devices may be added or deleted from this contract at the Government s convenience. If devices are deleted, the contract price will be decreased by a prorated amount for the device in question. If devices are added, the contract will be increased by an agreed upon amount with the contractor (devices will only be added that the contractor is equipped to support). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0348/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Wilkes-Barre VA Medical Center;1111 East End Blvd.;Wilkes-Barre, PA
- Zip Code: 18711
- Country: U.S.A.
- Zip Code: 18711
- Record
- SN05222501-F 20190216/190214230016 (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 |