SOURCES SOUGHT
65 -- 580-20-1-167-0002 MedStation Automated Medication Dispensing (VA-19-00083118)
- Notice Date
- 11/25/2019 11:09:57 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0094
- Response Due
- 11/29/2019 8:59:59 PM
- Archive Date
- 12/09/2019
- Point of Contact
- Oney KellyOney.kelly@va.gov
- E-Mail Address
-
Oney.Kelly@va.gov
(Oney.Kelly@va.gov)
- Awardee
- null
- Description
- Department of Veterans AffairsNetwork Contracting Office 16 - HOUSTONIn Support of the Michael E. DeBakey VA Medical Center (MEDVAMC)REQUEST FOR INFORMATION 36C25620Q0094BACKGROUND:MEDVAMC has a requirement for the following Medication Dispensing System:Equipment shall have the capability of dispensing one medication at a time. Equipment shall have the capability to administer single dose medication for controlled substances/medications. Equipment shall be able to track missing doses. Equipment shall include the capability of a second form of verification for overrides, high risk medications and waste. Equipment must be able to track and determine trends with medication dispensing and communicate back to Pharmacy when opioids are being dispensed improperly. Equipment shall have Biometric capabilities (finger print preferred), it is also preferred that the equipment also have the ability to accept PIV cards as a form of authentication. Equipment must have the ability to generate and print Bar Code labels and include a Bar Code Scanner. All Equipment must include a touchscreen monitor. Each drawer must include a clear top that will allow the end user to view the medications when the drawer is opened. Each device must be ergonomically constructed to average height to allow most common medications to be located where bending will be limited. Each device must include interchangeable compartments for all drawers and include extra compartments. Each device/piece of equipment must be constructed with 5% of extra space for inventory. Each device/piece of equipment will have a customizable refrigerator that contains digital read out of temp and connected to the unit. The software must include a site license. Equipment must have a height of no less than 40 , Width of no less than 26.5 , and a depth of no less than 27.0 .REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following:Please respond to this RFI if you can provide the name products listed in section above. In the response please cite your business size status.If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description.If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items.Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above.CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Oney.kelly@va.gov. Please respond to this RFI no later than November 29th, 2019 by 1200 CST. midnight DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f4b0a6fa2e254a0680fbc1604e6435ae/view)
- Place of Performance
- Address: 2002 Holcombe Blvd;Houston TX 77030, USA
- Country: USA
- Country: USA
- Record
- SN05503466-F 20191127/191125230301 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |