Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2023 SAM #7905
SOURCES SOUGHT

65 -- ScriptPro Upgrade Windows 7 Operating System (Brand Name or Equal)

Notice Date
7/18/2023 1:10:43 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0872
 
Response Due
7/26/2023 12:00:00 PM
 
Archive Date
08/25/2023
 
Point of Contact
Ronnie Swailes, Contract Specialist, Phone: (202) 745-8000
 
E-Mail Address
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 Department of Veteran Affairs ScriptPro Upgrade Windows 7 Operating System (Brand Name or Equal) Request for Information (RFI) The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). This RFI is issued for the purpose of conducting capabilities and market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a proposal. The Department of Veterans Affairs is not at this time, seeking proposals or quotes and therefore will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing an acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or sensitive information contained in their response. This is a request for information only and does not obligate the Government in any way, nor does it commit the Government to a specific course of action. The Government is seeking as much information as possible and a complete response from industry to this RFI during this market research activity may assist the Government in developing an acquisition strategy and finalizing any Product description/salient characteristics. THERE IS NO SOLICITATION AT THIS TIME. IF YOU ARE AN SDVOSB, PLEASE STATE SO IN YOUR RESPONSE. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a ScriptPro Upgrade Windows 7 Operating System for the Baltimore VAMHCS, Baltimore, MD and Perry Point VAMC, Perry Point, MD. BACKGROUND: Medical facility in need of ScriptPro Upgrade Windows 7 Operating System. LOCATION: Baltimore VAMHCS, 10 N. Greene Street Baltimore, MD 21201 and 361 Boiler House Road Building 361 Perry Point, MD 21902 ITEM INFORMATION: Product Number Product Description Units of Measure Quantity ScriptPro SPX X00 ScriptPro Windows 7 Operating System and current Server for ScriptPro unsupported by October 2023. Request to upgrade operating system and servers and other items listed in item description. ScriptPro is integral in outpatient pharmacy management and efficiency which plays a significant role in minimizing patient waiting times in outpatient pharmacy. The server upgrade is required to ensure continuity and compatibility of automated equipment with VA OI&T systems. If servers are not upgraded, at some point the automated equipment will no longer interface with VistA/CPRS and will not be functional. To cease use of this equipment would lead to delays in prescription processing and fill and an increase in medication errors as the system utilizes bar code verification and other patient safety mechanisms. ScriptPro Endicia Standard Interface is required to prescription chain of custody from the Pharmacy to the Veteran by providing tracking information for all prescriptions. 27-Pharmacy Baltimore 1A106 27-Pharmacy Perry Point 361 GC108 Each 2 ESTIMATED DELIVERY: 30 Days ARO STATEMENT OF WORK: PURPOSE: The overall purpose of this requirement is to procure an upgrade to the ScriptPro Medication Dispensing system currently installed at the VA Maryland Health Care System (VAMHCS) at the Baltimore and Perry Point locations. The requirement will account for the procurement of all required licenses, software, installation, validation, and hardware to elevate the existing ScriptPro system to a supported operating system that meets VA s network security requirements. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The installation and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the ScriptPro Medication Dispensing system to be successfully installed and validated to its full potential. SALIENT CHARACTERISTICS: Baltimore VA Medical Center At a minimum, the upgraded ScriptPro system shall include: Smart Card Scanners (QTY 21) Full Disk Encryption for each server/computer/HCI VM (QTY 3) SPX00 On-Site Robot Upgrade to Windows 10 Supported OS and i5 computer upgrade (QTY 2) SP Central Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) HCI Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) PSP Server Upgrade Gen 8e+, Server OS 2012+, SQL 2014+(QTY 1) Client Upgrade - Windows 10 Operating System and i5 Computer Hardware Upgrade for the SP Datapoint or Notice Board (QTY 2) Client Upgrade - Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board (QTY 17) Client Upgrade - Windows 10 Operating System and i5 Computer and Printer Hardware Upgrade for SP Kiosk (QTY 2) Perry Point VA Medical Center At a minimum, the upgraded ScriptPro system shall include: Smart Card Scanners (QTY 13) Full Disk Encryption for each server/computer/HCI VM (QTY 2) SPX00 On-Site Robot Upgrade to Windows 10 Supported OS and i5 computer upgrade (QTY 1) SP Central Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) PSP Server Upgrade Gen 8e+, Server OS 2012+, SQL 2014+(QTY 1) Client Upgrade - Windows 10 Operating System and i5 Computer Hardware Upgrade for the SP Datapoint or Notice Board (QTY 9) Client Upgrade - Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board (QTY 4) Client Upgrade - Windows 10 Operating System and i5 Computer and Printer Hardware Upgrade for SP Kiosk (QTY 1) IMPLMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Software/server/client configuration Project planning, engineering and management Travel cost and time Calibrations and testing DELIVERY Contractor shall deliver all equipment to the Baltimore VAMC and Perry Point VAMC as requested in Salient Characteristics. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. Delivery and installation shall be completed between 8:00 a.m. and 3:30 p.m. Monday Friday unless mutually agreed upon. All federal holidays are excluded. SITE CONDITIONS There shall be no smoking on hospital property. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery will be coordinated through the COR. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY The contractor shall provide a manufacturer s warranty on all parts and labor for 1 year at no additional cost. The warranty shall include all travel and shipping costs associated with any warranty repair. Contractors desiring consideration shall send an email directly to the Contract Specialist referencing the following in the subject field, Baltimore/Perry Point VAMHCS ScriptPro Upgrade . The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, 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? (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 in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items"" meet all required salient characteristics. All emails from interested parties must be received by 3:00 PM EST, July 26, 2023 Please send your email response to: Ronnie.swailes@va.gov This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. If a solicitation is issued it shall be announced at a later date, 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd6fb4b6b8d34faa9ca239dd203bf151/view)
 
Place of Performance
Address: Baltimore VAMHCS 10 N. Greene Street, Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN06754168-F 20230720/230718230054 (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.