Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2023 SAM #7858
SOLICITATION NOTICE

65 -- Prescription Dispensing Automation System

Notice Date
6/1/2023 6:49:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0659
 
Response Due
6/8/2023 9:00:00 AM
 
Archive Date
07/08/2023
 
Point of Contact
Lakiesha Anderson, Contracting Officer, Phone: 561-618-2398
 
E-Mail Address
lakiesha.anderson@va.gov
(lakiesha.anderson@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is an amendment to the combined synopsis/solicitation (36C24823Q0659) for commercial products prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items/Commercial Service, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated December 30, 2022. This solicitation is Unrestricted. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 with a small business size standard of 1,000 Employees. The FSC/PSC is 6515. The government requires expansion of current ScriptPro Workflow System with the Storage and Retrieval System (SRS) Brand name or Equal to ScriptPro s SRS system. The SRS system must have the ability to automatically store prescription will call items within its secure cabinet. Using barcode controls, SRS saves time by efficiently storing and retrieving prescriptions. It eliminates searching through racks of hanging bags and prevents patients from receiving the wrong or incomplete prescriptions The RFQ # is 36C24823Q0659. See Attachments: Performance Work Statement Question(s) All interested companies shall provide quotations for the following: Supplies/Services Brand Name or Equal to ScriptPro s SRS system Contractor shall provide the necessary manpower, materials, and supervision to properly deliver, install, and configure the following A quantity of 1x Storage and Retrieval System (SRS) base cabinet A quantity of 2x Pharmacy Data Terminal A quantity of 1x Inbound Access to WMS Software for up to five sessions A quantity of 2x SRS workstations that include 4 scanning drawers each A quantity of 1x SRS back storage cabinet (from 90 to 200 bags) A quantity of 1x Paper Prescription Input Scanner A quantity of 1x Device License that includes up to 5 devices Salient Characteristics The function and use of the equipment is Securely stores up to 260 containers, each containing multiple prescriptions and prescription paperwork. Integrates user management across the current ScriptPro Platform Efficiently performs retrieval operation in under 10 seconds. Allows storage capacity to be expanded with the addition of SRS Back and/or Back and Endcap Storage being utilized at the facility Utilizes barcode controls Includes Electronic Door Locks for tracking user access to CIIs, CIII-Vs, and Unscheduled drugs Provides detailed audit and user tracking Provides automated return to stock processes and highlights at-risk patients for outreach Delivery shall be provided no later than 120 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Performance/Place of Delivery Address: William Bill Kling VA Clinic Pharmacy 9800 Commercial Blvd Tamarac, FL Postal Code: 33351 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2022) Only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number /Cage Code Point of Contact for submission of orders if awarded a contract Quoted price shall include delivery. All quotes shall be sent to the following email address: Lakiesha.anderson@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified and provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4/6/2023 by 12:00 PM (EST) at lakiesha.anderson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Contracting Officer Lakiesha Anderson lakiesha.anderson@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de05364cb83c48738f085131a3496c3a/view)
 
Record
SN06701744-F 20230603/230601230116 (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.