SOURCES SOUGHT
65 -- 605-20-3-077-0260_Special_Swisslog Boxpicker (VA-20-00047441)
- Notice Date
- 5/29/2020 5:05:24 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0847
- Response Due
- 5/28/2020 11:00:00 AM
- Archive Date
- 06/27/2020
- Point of Contact
- Steven Winner, Contract Specialist, Phone: 5627662234
- E-Mail Address
-
steven.winner@va.gov
(steven.winner@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION: 36C262-20-AP-2836. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide TRANSLOGIC CORPORATION SWISSLOG BoxPicker. Reference the Combined Synopsis/Solicitation for all of the Minimum Salient Characteristics. If you are interested and can provide the required supplies, please provide the requested information as indicated below. Responses to this notice should include your company name, DUNS Number, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? a. Interested parties are required to verify your SAM.GOV is current. (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to steven.winner@va.gov Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 28, 2020 at 11:00AM PST. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. THIS IS A BRAND NAME ONLY PURCHASE REQUEST. BRAND NAME: BoxPicker Manufacturer Description Unit QY BoxPicker BoxPicker Automated Pharmacy Storage System, 8' tall, 4 Modules with 2 Operator Station, Ambient Temp. EA 1 Door Sliding Glass Doors (Pocket Doors) Maintenance access to interior of BoxPicker. EA 1 Software SOFTWARE, Pharmacy Automation. Implementation includes: installation, interfaces (Vista, McKesson Wholesaler, Pyxis ADC's), Formulary and Drug Management Training. EA 1 Optimize OPTIMIZATION, Post Implementation. Includes onsite evaluation and recommendation report. EA 1 NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics outlined above. The FAR Clause 52.211-6 Brand Name applies to this acquisition SALIENT CHARACTERISTICS For Brand Name This procurement includes the installation of an automated high-density storage and inventory solution. This automated solution shall include both the software and hardware component which will replace the current Pharmacy carousels. This project will involve Swisslog s BoxPicker or equivalent to support. Inpatient Pharmacy Service is undergoing renovations to become USP 797/USP 800 standard compliant. Our current aged carousel inventory solution will be dismantled for construction and will not be used in the new workflow. Therefore, the Pharmacy Service is seeking a software and hardware solution to replace our current high-density storage solution. This solution shall possess a seamless interface that will link these processes together as well as with BD/Pyxis Automated Medication Storage/Dispensing devices. The automated storage solution shall provide pharmacy workflow, automated high-density storage and inventory management and shall not be a carousel system. The Pharmacy workflow solution shall provide a means to track inventory in the Pyxis Automated dispensing cabinets, as well as control the automated storage devices. Items stored in the automated storage shall be readily retrievable based on BD/Pyxis Automated Medication Storage/Dispensing device needs and user input. The Inventory management solution shall allow for the download of invoice information from the Prime Vendor, manage inventories of items stored within the Pharmacy, and be able to create an order through the Prime Vendor, based on set par levels and user input. Scope The contractor shall provide a detailed drawing of equipment and placement. This will include the utilities requirements and their placement. The Contractor will ship and install the automated storage system onsite. The storage system will be installed in the newly renovated Inpatient Pharmacy area. After verifying proper functioning of automated high-density storage solution, the contractor shall train 4 Inpatient Pharmacy personnel as super-users in two, four-hour onsite training sessions. These training sessions shall be conducted during regular business hours, Monday through Friday, between 8am 5pm Pacific Time. The Contractor shall clean-up the installation area as well as staging area, collecting packaging material and placing in waste receptacles as required. An onsite Post Implementation Optimization follow-up will be scheduled 6-12 months after installation. This onsite visit will be included with the proposal and will review and recommend in writing, a summary of findings, in addition to a schedule teleconference with VA Healthcare System Pharmacy service personnel to discuss those findings. Specific Tasks: Task 1: Area of Work: The high-density storage solution shall be installed in the inpatient area of the main hospital. Task 2: Contractor Responsibilities Shall provide detailed drawings of equipment placement and utilities requirements and placement. Shall provide Onsite delivery and transportation of automation materials to include: Freight to VA Healthcare System within 10 months of contract award Unloading/uncrating at VALLHCS loading dock Transport within the facility to the installation area Shall install hardware and software for automation solution Automated software solution shall be a modular design with capability to expand Software installation shall interface with Vista, McKesson Wholesaler and BD/Pyxis automated dispensing cabinets (ADC) Operator stations shall have Windows 10 Operating System installed Exterior dimensions of the high-density storage solution shall be between 5 to 5 6 wide, 19 to 19 11 long and 8 high. High-density storage solution shall have uniform floor landing which does not require point loading and structural reinforcement Contractor shall supply lighting within the high-density storage solution for access and maintenance Shall provide tuning and testing of automated high-density storage solution after installation to verify proper functioning High-density storage solution shall maintain an ambient temperature between 15°-25° C for proper medication storage. Automated high-density storage inventory solution shall contain/shall provide: 4 storage modules 2 operator stations with integrated PC and automation software 2 barcode scanners, one for each operator station 1 robot 3 Intermec PC4 label printers 16 high capacity drawers 584 storage boxes with dividers 1 pharmacy automation software license 1 roll of dispense labels Sliding glass doors (Pocket doors) for maintenance access to the interior of storage The option to store and retrieve refrigerated medications Access for staff at separate operator stations to retrieve any stored medications not currently used by the other station Access only to requested bin for a specific medication A pull-ahead mechanism such that operator does not have to wait for multiple mediation/supply list request A method to manually access all medications and supplies in the event of a software failure or power outage An inventory system that shall track inventory within the Pharmacy as well as in automated dispensing devices (currently Pyxis 4000) Ability to determine inventory of any user specified dispensing device on demand Track inventory in automated dispensing device (currently Pyxis 4000) for the purpose of stocking/restocking products in those devices Ability to determine if a product is ordered and not loaded in a specific automated dispensing device (currently Pyxis 4000) Ability to determine if a currently loaded product in a specific automated dispensing device has fallen below a predetermined par (minimum stock) level Interface with Prime Vendor to generate and receive purchase orders for pharmaceutical products. Shall conduct training of 4 super-users during normal business hours Monday through Friday, between the hours of 8am 5pm Pacific Time. Contractor shall provide monthly on-site preventive maintenance and services to inspect and adjust automated storage and inventory equipment upon purchase of Hardware Service and Support Solutions option. All parts and materials required for schedule preventative maintenance shall be included Contractor shall provide 24/7/365 technical support for hardware via phone and/or VPN connection upon purchase of Hardware Service and Support Solutions option. Contractor shall, within 4 hours of notification, provide corrective maintenance for failed wear and tear parts upon purchase of Hardware Service and Support Solutions option. Upon purchase of Software Support option, the following shall be included: Remote 24/7/365 technical support for diagnosis and corrective action within 4 hours As needed software updates to remedy bugs, malfunctions or interface issues Automation software version upgrades available at least once a year Access to quarterly change order requests, requiring 8 hours or less in development All out of warranty maintenance and service of the automated storage solution to include all preventative maintenance, service calls, transportation, parts, and labor shall be provided via a maintenance agreement. All OEM preventative maintenance, licensures, inspection, adjustments, calibrations, shall be current with no lapses or pending discrepancies. Note: The VA Healthcare System reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA Healthcare System. Task 3: Power and Data Contractor shall provide a step-down transformer for power provided by the VA Healthcare System. Contractor shall tie into power and data from a ceiling conduit provided by the VA Healthcare System. The VA Healthcare System shall provide a 36 Amp, 208 volt circuit for contractor to connect for power Task 4: Deliverables Contractor shall provide a complete set of training and maintenance manuals. Performance Monitoring: The contractor shall comply with the following: Provide Service Reports to the Contracting Officer Representative upon request. The VA Healthcare System reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from VA Healthcare System. VA Healthcare System shall conduct as needed inspections. Security Requirements: Any hard drives that may or may not contain Patient Privacy Information (PII) shall remain the property of VA Healthcare System. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) VA Healthcare System shall provide a Windows 10 PC, 17 monitor, with keyboard and mouse for automated storage/inventory Manager. VA Healthcare System shall also provide Virtual DB Server, Virtual App Server and Virtual Test APP-DB Server. The Government shall be responsible for providing the appropriate facilities and property site necessary for delivery and set-up of the equipment. Contractor shall use Government furnished items in conjunction with and exclusively for performance under this contract. Use thereof for any other purpose shall not be allowed. Other Pertinent Information or Special Considerations: None Place of Performance: The high-density storage and inventory solution shall be installed in the inpatient area of the main hospital at VA Healthcare System. Period of Performance: N/A Delivery Schedule: The contractor shall deliver the equipment to VALLHCS, location to be determined, on an agreed upon date, within 10 months, after the contract is awarded. Warranty Requirements Manufacturer shall indicate if a warranty is provided.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/36e5d85967f443c99bef38db5aba439f/view)
- Record
- SN05675109-F 20200531/200529230151 (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 |