Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2022 SAM #7652
SOLICITATION NOTICE

65 -- (C2) Surgery Service Equipment Request EER 146794. Condonics Safe Label System.

Notice Date
11/10/2022 1:54:39 PM
 
Notice Type
Presolicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923Q0066
 
Response Due
12/10/2022 9:00:00 AM
 
Archive Date
02/08/2023
 
Point of Contact
dale.childress2@va.gov, Dale R. Childress II (CS), Phone: Jonathan Saiz, Fax: jonathan.saiz@va.gov
 
E-Mail Address
dale.childress2@va.gov
(dale.childress2@va.gov)
 
Awardee
null
 
Description
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested please read this notice entirely and submit the required information, as requested herein. Medication Label System The Salt Lake City Veterans Health Care System is in need of a Safe Label System (SLS) that is an FDA-approved medical device that improves the safety and accuracy of medication management, integrating worldwide recognized best practices and international standards. A complete solution to enhance patient care, SLS uses barcode technology to read information from a drug container and electronically verify it against the hospital s pharmacy-approved formulary database at the point of care. Description: Salient Characteristics Includes a 2D barcode on labels enabling electronic documentation of the medication in the patient s AIMS/HER Data analytics provide pharmacy insight into the OR Data analytics provide pharmacy insight into the OR When integrated with AIMS, identifies syringes prior to administration, provides warnings for expired syringes, patient allergies or adverse drug interactions When integrated with AIMS, identifies syringes prior to administration, provides warnings for expired syringes, patient allergies or adverse drug interactions When integrated with an anesthesia cart, SLS can help to decrease stock-outs, improve inventory control, and increase charge capture Integrated touch screen computer Universal Input: 100-240 VAC, 50/60 Hz 14.5 lbs. (6.6kg) FDA Class II medical device Produces TJC and ASA-compliant labels No manual entry required Labels generated to include: o Name o Strength/Concentration o Amount Ability to make multiple labels from single scan Prints labels for IV, invasive monitor lines, patient labels or customized labels SLS labels enable drug and concentration to be confirmed prior to administration Includes audible/visual identification at preparation and verification at administration Integrates with/on anesthesia drug carts for convenience during preparation Provides visual and audible alerts for drug name, concentration, date/time of expiration, recalled drugs, expired drugs and dilution required Integrates with AIMS including Epic, iMDsoft, Plexus, etc. Includes starter kit (ink/labels) Items to be purchased 12 Safe Label System 6 Kit Mounting Arm 1- SLS AT Site lic 1- SLS AT Accessory Kit 60- monthly Support service The contractor will deliver the requested products to: Salt Lake City VAMC at 500 Foothill Drive Salt Lake City UT 84148 This shall be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial service acquisition under the authority of FAR Part 13, Simplified Acquisition Procedures for Commercial Items. The work will be performed for the following location: Salt Lake City Veterans Health Care System 500 Foothill Dr. Salt Lake City. UT IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) certified technicians to perform services with unrestricted access to the facility during inclement weather. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to and copy dale.childress2@VA.Gov by 10:00 AM MT on 10 December 2022 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: 1. Provide company s capability statement describing ability to perform Preventative Maintenance services as outlined 2. Please state your company s business size in relation to above NAICS Code and provide your socio-economic category if applicable 3. Please state if you will be subcontracting any portion of the work or specifically state if no subcontracting will be performed 4. IF subcontracting, provide the name and socio-economic category of the subcontractor 5. Outline the specific tasks to be performed by the Prime Contractor and the specific tasks required to be performed by a subcontractor 6. Please provide your UEI Number or CAGE Code 7. If you have an FSS/GSA contract that includes this service, provide FSS/GSA contract number if applicable Only written responses, to items 1 through 7 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/736c41d1e15d4a05a9b716eedae947d2/view)
 
Place of Performance
Address: Salt Lake City Veterans Health Care System 500 Foothill Drive Salt Lake City UT 84148, USA
Zip Code: 84148
Country: USA
 
Record
SN06515089-F 20221112/221110230103 (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 |
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.