SOURCES SOUGHT
65 -- RFI - 36C25623Q0829 (564 0044) Pharmacy Medication Packaging Machine - Unit Dose
- Notice Date
- 4/13/2023 12:54:40 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0829
- Response Due
- 4/20/2023 8:00:00 AM
- Archive Date
- 05/05/2023
- Point of Contact
- Mari Gibson, Contract Specialist, Phone: 318-466-2236
- E-Mail Address
-
mari.gibson@va.gov
(mari.gibson@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: Pharmacy Medication Packaging Machine- Unit Dose-36C25623Q0829, (564-0044) 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought Notice RFI with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the item in the title above. Contractor shall provide all applicable shipping, containers, personnel, labor and testing for the Pharmacy Medication Packaging Machine and associated materials. This Sources Sought Notice is published for market research purposes. This Sources Sought Notice will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price Blanket Purchase Agreement (BPA). Please review this announcement, respond to questions and information below in their entirety. Government requests interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver : Pharmacy Medication Packaging Machine 4. Place of Performance: Delivery Location and delivery address Veterans Health Care System of the Ozarks 1100 N College Avenue Warehouse Building # 8 Fayetteville, AR 72703 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5q in this RFI/SS as it relates to the SOW below: Questions and information not provided shall be considered nonresponsive and contractor shall not be considered as part of the market research. a. Do you (contractor) possess the capability to meet the government requirements of Section 4 Scope of the Draft SOW below? b. Do you (contractor) possess the capability to meet the delivery location in Section 4 Delivery in the Draft SOW below? c. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. d. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. All companies shall be active at the time of response in betaSAM.gov https://sam.gov/content/home and if applicable registered Veteran owned business in SBA Veteran Small Business Certification (sba.gov). e. Is your company considered small under the NAICS code 339113? f. Do you (Contractor) manufacture the product or is a distributor of the item(s) being researched above? g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). Preferably on the manufacturer s letterhead. h. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? i. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? j. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. k. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. l. Information for the product being requested, is it manufactured in the US, please provide address where manufactured? m. Information for the product being requested, is it manufactured outside the US-Domestic non-available, please provide country of origin? n. Information for the product being requested, is it a foreign manufactured product under the trade agreement? o. What is your schedule of delivery after receipt of order for the product? p. For the product required, Is your company available under any: Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If yes, please list the contract number for product. q. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. This pricing should include: Company name, contact person s name, phone number, company Unique Entity ID number (UEI) formerly DUNS number and email address. 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by April 20, 2023, at 10:00 am (CST) via email to mari.gibson@va.gov. All Questions shall be submitted by April 18, 2022, at 10:00 am (CST) via email to mari.gibson@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: Pharmacy Medication Packaging Machine- Unit Dose-36C25623Q0829, (564-0044) NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(q). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Mari Gibson, Email address: mari.gibson@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. DRAFT - Statement of Work Pharmacy Medication Packaging Machine Unit Dose 36C256-23-Q-0828 (564-0044) 1. Background: Fayetteville, Arkansas VAMC Station# 564, Pharmacy Service is requesting to purchase a manual medication packaging system for conversion from bulk medication tablets and capsules from bottles to individually packaged unit dose packages. The Pharmacy s current medication packaging system was purchased in 2013 and updated in 2021 by the manufacturer. This is our primary and only medication packaging system that supports 60 medication storage areas campus wide. In the past 12 months, we have used the equipment to package over 300,000 doses. The existing equipment, currently in use, will no longer be serviceable and non-supported as of June 30, 2023. The requested equipment will be replacement items for these discontinued products. The requirement for the new equipment will be a manual packaging system as notated in the salient characteristics below. 2. Scope: 2.1 The Contractor is to provide the manual packaging system consisting of the listed system components, including software licensure, attachments (including dispensing and chutes), labels, packaging materials as indicated, initial replacement maintenance parts (as indicated), feed disks, peripheral printers (as indicated), installation, training, shipping, and warranty (as indicated).Removal of existing equipment is not required because the Station will dispose of it via UNICOR or GSA Excess. 3. Salient Characteristics for Pharmacy Unit Dose Manual Packaging System We request a complete barcoding packaging solution for oral solid medications. Requirements include the system to be a semi-automated and a table-top packaging system. 3.1 System hardware requirements Shall feature proper packaging and colors for packing chemotherapy drugs and controlled substance medications. Must offer an extended warranty. System shall include a safety screen guard that if it is removed, the machine will not run until it is placed back into its correct position. Must have a minimum capability to barcode and package tablets and capsules into unit dose at the rate of sixty (60) packages per minute. Shall include an Oral Solid Feeder (OSF) attachment which provides additional functionality for specialized packaging. Must include a feature for adjustable variable length packaging. All packaging materials must meet FDA regulations for packaging with multi-layered composition of these consumable materials. Must feature a low sealing temperature process to prevent degradation to medication during the packaging process and that a safe, tamper-proof, unit dose package containing detailed medication and barcode information is produced. Must offer initial installation and training service for employees. 3.2 System Software Requirements Product shall include unit dose barcode labeling software, which is capable of generating and printing all linear, 2D and GS1 barcodes which includes product NDC code, local expiration date and date packaged. The software must be able to easily trace the packaged product so the pharmacist can take immediate corrective action to remove the product from inventory in the event of a medication recall. The included software shall be integrated with drug data, imprints and an images database. 3.3 Key required features Must be capable of packaging up to sixty (60) unit dose packages per minute Barcode Labeling Software must feature multiple reporting capabilities, eliminating the need for paper logs, and provided the ability for a pharmacist / administrator to approve packaging runs remotely. Must have a software license available to print blister pack labels for tablets and capsules. Must feature serialization packaging feature that provides employees with the ability to print individual packages with a unique serial number and barcode in compliance with the Drug Supply Chain Security Act (DSCSA). Shall accommodate standard package size of 2.0 W x 1.5 L with optional adjustable variable package length feature. Must include pre-loaded software templates to adjust package length to 1"", 1-1/8"", 1-1/4"", 1-3/8"", 1-1/2"", 1-7/8"", or 2 -1/4"". Must include two (2) pill chutes and (2) feed disks to accommodate packaging of most standard size tablets or capsules. Shall have the option of additional chutes/disks to accommodate non-standard size medication. The pill chute design must consistently guide the pills to the center of the package reducing the opportunity for crushed pills. Class A and Class B packaging materials must be available. Packaging materials shall be offered in different colors to assist in coding expiration dates or designating controlled medications. Specialty approved packaging must be available for packaging chemotherapy drugs. Printers shall be ethernet port compatible with minimum 300 d.p.i print capability. 3.4 Technical Specs Tabletop med packager shall not have dimensions larger than: 36 L x 15 W x 14 H Shall not have a weight exceeding 65 lbs. Electrical requirements for machine must be 115 VAC 50 Hz or 230 VAC 60 Hz, 320V Must meet safety requirements of: CE, NRTL (MET) US, C Sealing temp shall reach approximately 200 degrees F in order to form an acceptable seal. 4. Delivery Schedule: 4.1 The requested equipment is required by 12 weeks ARO and will be delivered to the VHSO as soon as possible. 4.2 The Contractor will ensure all deliverables are delivered to the following address and reference the VA s purchase order number as an Attn: line in the shipping address: Veterans Healthcare System of the Ozarks, Attn: Purchase Order #, Warehouse Building 8, 1100 N. College Avenue, Fayetteville, AR 72703. 5. Contractor Requirements: 5.1 The Contractor shall not perform any service or provide any item that is outside the scope of work without the written approval of the Contracting Officer. 5.2 Should the Contractor have to come to the VHSO for any reason other than delivery, the Contractor shall be required to log in with VA Police Dispatch (Building 1, first floor) upon arrival to obtain a contractor badge. The Contractor will always visibly wear the badge while on VHSO premises and will be required to turn in the badge before leaving VHSO premises.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1dd9c61b749f4318be5369a6f89a7d2b/view)
- Place of Performance
- Address: Veterans Health Care System of the Ozarks Warehouse – Building # 8 1100 N College Avenue, Fayetteville 72703, USA
- Zip Code: 72703
- Country: USA
- Zip Code: 72703
- Record
- SN06650728-F 20230415/230413230118 (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 |