Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOLICITATION NOTICE

66 -- WEIGHT-BASED INVENTORY SYSTEM (VA-23-00014337)

Notice Date
4/26/2023 1:11:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24723Q0400
 
Response Due
5/4/2023 11:00:00 AM
 
Archive Date
07/08/2023
 
Point of Contact
Darius Crane, Contracting Officer, Phone: (843) 762-5559
 
E-Mail Address
darius.crane@va.gov
(darius.crane@va.gov)
 
Awardee
null
 
Description
RFQ 36C24723Q0400 WEIGHT BASED INVENTORY SYSTEM The purpose of this amendment is to respond to vendor questions, to provide clarification of the solicitation and make adjustments that will assist offerors in preparing an offer. A cost/price schedule and edited SOW is provided, along with a list of quantities per location. QUESTIONS 4/26/2023 Page 14-15, section 12.0.2 The solicitation document lists the inventory point locations but doesn t list the amount of items per location. To avoid confusion on the scope of the requirement and which locations are to be addressed, requesting to add the item counts per location to eliminate potential confusion on which locations are to be included in the scope. Can the requested adjustment to add item counts per location be added to Pages 14-15? See attachment of locations count. Page 18, section 16 Request to have this section adjusted for 16.0.1. Typically, with this type of inventory management project, a phased approach is taken as to not negatively impact the facility s ability to function overall. Supplying a daily report will likely slow down the overall pace for project completion and would result in additional billed hours. For all other VA previous projects for this type weight based inventory management system, all other VA customers have bi-weekly calls set up with the facility s COR to provide status updates and reporting on overall project progress and urgent issues are conveyed to the COR immediately. Our request is to adjust 16.0.1 to substitute daily reporting with bi-weekly status update calls/meetings to include the COR for project status updates? And also adjust to reflect that urgent issues will be conveyed to the COR immediately. Can this change be made? Yes, this can be changed to a bi-weekly status update for calls/meetings. Page 20, bottom of page End of PWS States delivery shall be 180 days ARO and will be FOB destination. This type of project typically takes 365 days to complete and due to onsite space constraints, the necessary material is typically shipped onsite to the VAMC in phases as an average project can easily require up to 220+ pallets. We are requesting to have period of performance updated to reflect 1 year as well as to the delivery timeframe. Can this change be made? Yes, this can be changed to reflect 1 year. 0001 Software License Fees ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001AA PAR Secondary Facility License 301+ Beds LOCAL STOCK NUMBER: PX9110_301+PAR 1.00 EA __________________ __________________ 0001AB PAR Client Unlimited LOCAL STOCK NUMBER: PX9120U 1.00 EA __________________ __________________ 0001AC PAR Vision Facility License LOCAL STOCK NUMBER: PX9176 1.00 EA __________________ __________________ 0001AD PAR Mobile Facility License LOCAL STOCK NUMBER: PX9196 1.00 EA __________________ __________________ 0001AE PAR Bins Replenish License LOCAL STOCK NUMBER: PX9186 26.00 EA __________________ __________________ TOTAL SOFTWARE LICENSE FEES __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0002 INTERFACE DEVELOPMENT FEES 1.00 EA __________________ __________________ TOTAL INTERFACE DEVLOPMNT FEES __________________ 0003 SERVICE FEES ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0003AA Project Management Flat Rate LOCAL STOCK NUMBER: PX9809-PMFR 1.00 EA __________________ __________________ 0003AB Implementation Base Rate - turnkey additional LOCAL STOCK NUMBER: PX9809-IBR 1.00 EA __________________ __________________ TOTAL SERVICE FEES 0004 PAR SCALE PRODUCTS ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0004AA Scale - Avg Cost for PAR Individual Scales 2,387.00 EA ________________ __________________ 0004AB Scale - Avg Cost for PAR Individual Scales (15k) 139.00 EA ________________ __________________ 0004AC Small & Medium Platform Scales 514.00 EA ________________ __________________ 0004AD Large Platform Scales 564.00 EA ________________ __________________ 0004AE Controller, Replenish, Ethernet 29.00 EA ________________ __________________ 0004AF PAR Bins Setup Kit LOCAL STOCK NUMBER: PX3950C 2.00 EA ________________ __________________ SCALES TOTAL ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0005 PAR HARDWARE ACCESSORIES 1.00 EA __________________ __________________ 0006 STORAGE PRODUCTS ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0006AA Plastic Storage Bins 1.00 EA __________________ __________________ 0006AB Shelving - Dunnage Racks plus liner 126.00 EA __________________ __________________ 0006AC Bridge Allocation (unit plus sides/front) 98.00 EA __________________ __________________ 0006AD Double-Wide Mass Med Cabinet and Louver Cart Panel, Powder Coated Steel Full Size Metal Cart, LOCAL STOCK NUMBER: PX7532 2.00 EA __________________ __________________ 0006AE qwikSIGHT Mobile Louvered Panel Units, 36"" LOCAL STOCK NUMBER: QS-LR36 5.00 EA __________________ __________________ 0006AF 30-618Q Louver Panel, 18"" W x 19"" H, Each; Qty = Ea; Shipped by case of 4 ea. LOCAL STOCK NUMBER: 30-618Q 16.00 EA __________________ __________________ 0006AG Louver Panel, 36"" W x 19"" H, Each; Qty = Ea.; Shipped by case of 4 ea. LOCAL STOCK NUMBER: 30-636Q 115.00 EA __________________ __________________ STORAGE PRODUCTS TOTAL __________________ ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0007 TURN-KEY INSTALLATION 1.00 EA __________________ __________________ TURNKEY INTALL TOTAL __________________ GRAND TOTAL ______________________ PERFORMANCE WORK STATEMENT WEIGHT BASED INVENTORY MANAGEMENT SYSTEM GENERAL INFORMATION: Department of Veterans Affairs Medical Center (VAMC) Tuscaloosa, Alabama is seeking to replace existing free standing inventory management storage with a weight-based inventory system to ensure proper storage of medical and surgical products. Contractor will provide all supervision, tools, materials, supplies, equipment, and labor to perform the work. TITLE OF PROJECT: Weight-Based Automated Inventory Systems SCOPE OF WORK: The contractor will provide all supervision, labor, tools, materials, supplies, equipment, licensing, support, and software/hardware to install and maintain a weight-based inventory system that detects and transmits real-time information into the Government owned Generic Inventory Package (GIP), via VISTA/IFCAP access. The weight-based system must also be complaint with the Defense Medical Logistics Standard Support (DMLSS). LICENSING: One-year license agreement during the base year of the purchase order for use of the weight-based inventory systems and related support. Automatic software upgrades of the installed program and software. Web-based program shall be available on any computer and/or mobile device for reporting purposes and evaluation of inventory levels for an unlimited number of users. Per FAR 12.212, commercial computer software or commercial computer documentation shall be acquired under licenses customarily provided to the public to the extent such licenses are consistent with Federal law and otherwise satisfy the Government s needs. SUPPORT: Support to include continuous monitoring by means of a minimum of four (4) remote checks of equipment functionality by Contractor personnel every 24 hours. Notification and maintenance support from Contractor personnel in the event of a problem with equipment or software. Contractor personnel shall respond to service calls no later than 24 hours after being notified of a problem with either equipment or installed software. Equipment and related hardware shall be replaced within 48 hours of notification of a problem if user is not at fault for damage or defect. After initial 12-month period of performance, the Contractor shall provide a continuation of the support and maintenance activities. GLOSSARY / DEFINITIONS: The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply. FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation NEMA National Electrical Manufacturers Association NEC National Electric Code ANSI American National Standards Institute NAAMM National Association of Architectural Metal Manufacturers AWS American Welding Society ASTM American Society for Testing and Materials UL Underwriters Laboratories, Inc. SCA DOL Website Service Contract Act (SCA) Directory of Occupations (Fifth Edition) https://beta.sam.gov Federal, State, Local, Industry, Manufacturer All applicable federal, state, local, and industry: laws, codes, policies, procedures, standards, manufacturer s specifications, and any other applicable doctrine for the intended performance of the equipment specified. Glossary Acronyms used in this Performance Work Statement are referenced below: CBOC Community Based Outpatient Clinic CO Contacting Officer COR Contracting Officer Representative ACOR Alternate Contracting Officer Representative EST Eastern Standard Time GIP Generic Inventory Package IFCAP Integrated Funds Distribution Control Point Activity, Accounting & Procurement PAR Periodic Automatic Replenishment  POC Point of Contact PWS Performance Work Statement QASP Quality Assurance Surveillance VA Veterans Affairs VAMC Veterans Affairs Medical Center VISTA Veterans Health Information Systems and Technology Architecture PERFORMANCE MONITORING: Completion of the install will be verified by COR or designated personnel. Functionality and accuracy of the installed equipment will be continuously monitored by Logistics staff to ensure equipment is functioning properly and providing accurate and timely information for inventory and reordering purposes. Installed equipment and software is monitored by Contractor employees by daily check-ins that shall occur remotely at least 4 times every 24 hours. Contractor support to be provided for any defects or functionality problems by contacting Contractor via email or telephone within time frames designated in ST # 5. The Contractor will meet (e.g. in person, telephone, etc.) with the COR monthly to address any unresolved issues. Any unresolved and/or continuous issues will be addressed to the Contracting Officer for corrective action. Performance Indicators PWS Ref Performance Measure Acceptable Level of Quality Method of Assessment Incentive Successful completion of Specific Tasks ST#1, ST#2, ST#3, ST#4, ST#5 On time completion 90% Direct observation and periodic inspection Positive Past Performance Successful completion of training ST#$ On time completion 100% Direct Observation and Periodic Inspection Positive Past Performance Support Services ST5 Customer Service 95% Random and periodic sampling Positive Past Performance PERFORMANCE REQUIREMENT: A Contracting Officer Representative and Alternate Contracting Officer Representative shall be delegated to this procurement. Scheduling and coordination of all work performance shall be arranged through the designated COR/ACOR assigned. In no event is the COR empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contracted services, and to notify the Contracting Officer of any deficiencies observed. HOURS OF SERVICE: Work is to be done between the hours of 8:00a.m. and 4:30p.m., Monday through Friday, excluding holidays. Federal Holidays New Year s Day January 1st Martin Luther King s Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11th Thanksgiving Day Last Thursday in November Christmas Day December 25th INSTALLATION: Installation will be performed during the working hours of 8:00am thru 4:30pm, Monday through Friday. Work at the government site shall not take place on Federal holidays or weekends unless coordinated with the Contracting Officer Representative (COR). The Contractor must notify the Facility s point of contact or COR for coordination of any required access to additional work areas. Contractor(s) will need to obtain an Identification Badge which shall be worn at all times while on station. After all work is completed, the Contractor must notify the facility s POC or COR of completion. A verbal or written status report will be provided to the COR following the completion of the workday as determined by the COR. ACCESS: Grant accesses and train VA employees for the web-based program that shall have unlimited user access and provide reports and data mining capability of current inventory including but not limited to current stock levels, recommended order levels, and average usage levels. The system shall be capable of producing reports in Excel or text delimited format using commercially available software. Training includes but is not limited to: Adding items Removing items Assigning items Weighing items Editing items Troubleshooting Reporting functions Par Vision Process definition SPECIFIC TASKS (ST): ST# 1: Provide a licensing solution that has the ability to interface the Weight-based System with the VA s GIP system in real time for reporting purposes. The interface must comply with all VA security regulations and shall be available at no additional cost to the Government. ST# 2: Provide and install Weight-Based Automated Inventory system at the following locations (to include all bins, scales, and accessories): Inventory Point Locations: 31 679-XRAY/RADIOLOGY BLD 135 SECONDARY 679-LAB BLD 135 SECONDARY 679-ACUTE1/3WEST BLD 137               SECONDARY       679-EAGLES COVE BLD 61 SOUTH     SECONDARY       679-FREEDOM HALL BLD 61 NORTH             SECONDARY       679-PATRIOT POINT BLD 61 WEST          SECONDARY       679-PRIMARY CARE CLINIC BLD 38         SECONDARY       679-SPS OPERATIONAL               SECONDARY       679-DENTAL BLD 1                         SECONDARY       679-SPECIALITY CLINICS BLD 1        SECONDARY       679-HOME BASED PRI CARE BLD                SECONDARY       679-4S/ PRRTP(REHAB) BLD 137         SECONDARY       679-DISASTER CART SECONDARY       679-SELMA CBOC                           SECONDARY       679-2 WEST/ VALOR BLD 137       SECONDARY       679-ACUTE2/3SW BLD 137        SECONDARY       679-COTTAGE1 BLD 146          SECONDARY       679-WOUND CARE                SECONDARY       679-MHRRTP/2ND FLOOR BLD 137        SECONDARY       679-CAMELIA HOUSE-BLDG 147         SECONDARY        679-AZALEA HOUSE - BLDG 149  SECONDARY       679-SPD CLINIC               SECONDARY 679-GRACE HALL 137 3 EAST SECONDARY 679-BUILDING 135 ROOM G39 SECONDARY 679-BUILDING 135 SPECIALTY CLINIC RM 30 SECONDARY 679-##Environmental     PRIMARY 679-C-DENTAL      PRIMARY 679-C-LABORATORY                             PRIMARY 679-C-MEDICAL SURGICAL                       PRIMARY 679-C-PROSTHETICS                            PRIMARY 679-NC-ENGINEERING                           PRIMARY 679-##AMMUNITION                             PRIMARY 679-##C-Medical Surgical                     PRIMARY ST# 3: The Weight-Based Automated Inventory Management System shall produce an accurate real-time reading of quantities on-hand accessible by web-based program and provide data mining capabilities that shall include at a minimum the following: Minimum current stock levels. Recommended order points. Average usage levels per item. Verify any out of balance on hand quantities and values. Accounting for any due out or due ins. The functionality minimal requirements are listed below: Must be weight based. Easily calibrated and accurate. Provide real time visibility to all Secondary Inventory locations. Must be able to interface with GIP package in IFCAP. Must be capable of tracking, adjusting, and reporting comprehensive real time information pertaining to the inventory of a secondary location. It is imperative that depletion of stock triggers pick tickets based on PAR levels, Re-order points, and Emergency Stock Levels. Software needs to be intuitive and easy to train on. Software needs to be able to utilize multiple users with different levels of permissions. Reports generated by software need to be relevant to APICS Principles of Inventory Management. Must be able to handle a wide range of products based on size, thickness, and weight. Equipment Status: Communication about system status including system failures Materials Management Status: Open Orders Emergency/Critical Item Levels Negative Quantities on-Hand Item Locator Customer Item Requisition Current Levels Level recommendations by cost and usage demand SKU reduction recommendations Items over par level Stock outs and critical hits Par level value over time Consumption Average monthly usage Consumption analysis including time Consumption deviation Consumption over time Reports Activity detail (sales, receipts, adjustments, etc.) to include time inventory on hand changed. Quantity on-hand Value on-hand Department transactions Cycle count sheet Out of balance with GIP - on hand Due-ins Due-outs Issue multiple discrepancy between GIP and Par Bin Emergency levels Orders Existing orders Order preview Items Item master Item history Item classification Reconciliation history Most recent recon per item Installed equipment shall have a one-year warranty (full equipment replacement) for defects or damage not caused by VA personnel. Installation does not include disassembly of existing storage devices. All work performed shall be accomplished in accordance with the manufacturer s instructions including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, inspection, replacement of worn or defective parts, etc., required to keep the equipment in operating condition. Contractor s maintenance of the equipment must satisfy all requirements as set forth by the manufacture. Contractor must ensure all trash and debris is removed from site after work is completed. COMPLETION AND MONITORING: Completion of the installation and functionality shall be verified by COR. Functionality and accuracy of the installed equipment shall be continuously monitored by Supply Chain Management staff to ensure equipment is functioning properly and providing accurate and timely information for inventory and reordering purposes. Installed equipment and software is monitored by Contractor employees by daily check-ins that shall occur remotely at least four (4) times every twenty-four (24) hours. Contractor support to be provided for any defects or functionality problems by contacting Contractor via email or telephone within time frames designated under 4.0 and 5.0. The Contractor shall meet (e.g., in person, telephonic, or other means agreed upon) with the COR monthly to address any unresolved issues. Any unresolved and/or continuous issues shall be addressed to the Contracting Officer for corrective action. OPERATION AND WARRANTY: If a problem occurs and is covered under warranty, Contractor shall coordinate with the respective manufacturer to correct the fault. Those faults that occur that the Contractor can identify may be corrected by the installing Contractor. Any fault covered under warranty and requiring coordination with the manufacturer for technical support/replacement parts shall be closely managed/supervised by the Contractor to ensure prompt action. Any damage, fault or other malfunction resulting from workmanship, manufacturing defect or any other fault/failure covered by a manufacturer s warranty shall be corrected by the installing Contractor. Any correction that shall require coordination with manufacturer for replacement parts related to warranty coverage shall be coordinated by or managed by the Contractor. Any fault/failure or damage resulting from actions/incidents which falls outside of workmanship or warranty coverage specifications may be corrected by the Contractor at the direction and expense of the VA. Any such failure shall be noted on an Inspection Report and specifically addressed with the COR. PARTS REQUIREMENT: Only new, standard parts shall be furnished by the Contractor. All parts shall be of the manufacture and have versatility to be installed at the facility with as little structural augmentation as possible. All newly installed equipment and parts become the property of the Government. Replaced parts are to be disposed of legally by the Contractor in accordance with industry standards. DELIVERABLES REQUIREMENT: A written Status Report shall be provided to the COR bi-weekly via electronic email or via calls/meetings to the COR. A detailed Maintenance Report shall be provided following each visit for repair or maintenance. CONTRACTOR PERSONNEL QUALIFICATIONS: The Contractor shall provide personnel capable of performing the installation of all components as well as general instruction on the operation immediately after installation. Additionally, all personnel shall be subject to a Government specified background investigation prior to working with Personally Identifiable Information.  The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the specifications and requirements. The position sensitivity for this effort has been designated as Low Risk and the level of background investigation is a National Agency Check with Written Inquiries. All personnel shall be U.S. Citizens. The Contractor shall coordinate with the COR for all Security Issues. The work history of each Contractor employee shall contain experience directly related to the task and functions he/she is intended to perform for this service. The Government reserves the right, during the life of the resulting contract, to request work histories on any Contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of Contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements in an efficient, reliable, and professional manner. The Contractor s Project Manager is a Key Person. Any changes to the Contractor key personnel shall be approved to be working on the project by the Government within five (5) business days of any change in the key personnel originally assigned.   IDENTIFICATION REQUIREMENT: Government Badges. The COR/ACOR shall coordinate the issuance of required access badges assigned to Contractor personnel. Contract personnel shall wear laminated identification badges provided by the Government at all times when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. Contractor Badges. Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel shall also wear a laminated Contractor identification badge at all times when performing services under this Contract, including when on Government directed travel. The badge shall contain a personal picture, name of employee, and Contractor's name. Badges shall be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. GOVERNMENT FURNISH EQUIPMENT: The VAMC shall furnish a server, laptop, and desktop computer for installation of Contractor owned software and related programs need to make the installed equipment operational. AUTHORIZED SERVICES: The services authorized is installation, inspection, and general instruction of the new medical storage carts. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. Contractor is cautioned that only the Contracting Officer may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. DISCONTINUANCE OF SERVICE: The Government reserves the right to terminate service on individual systems with a thirty (30) calendar day written notice to the Contractor with payment to be prorated. SUBCONTRACTING REQUIREMENT: Due to the complexity of the services required herein, subcontracting will not be permitted without prior written approval by the Contracting Officer. END OF PWS Delivery shall be 365 days after receipt of order (ARO) and will be FOB Destination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/996d3a77abcb4c75b02d091a1e25cef8/view)
 
Place of Performance
Address: Department of Veterans Affairs Tuscaloosa VA Healthcare System 3701 Loop Road East, Tuscaloosa 35404-5099, USA
Zip Code: 35404-5099
Country: USA
 
Record
SN06663518-F 20230428/230426230110 (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.