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 -- Brand Nane | ULT SmartTrayRx System Erie VAMC

Notice Date
7/18/2023 7:53:47 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q1035
 
Response Due
7/25/2023 11:00:00 AM
 
Archive Date
08/04/2023
 
Point of Contact
Sarah Chrostowski, Contract Specialist, Phone: 814-860-2010
 
E-Mail Address
sarah.chrostowski@va.gov
(sarah.chrostowski@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. Background: Erie VAMC is requesting to purchase a Brand Name Only Universal Lighted Tray (ULT) Smart Tray Rx System. This is a component to our ATP2 Pill Packager purchased from The Chudy Group in 2020; Obligation #562A10003; FSS Contract #36F79720D0106; Order #36C24421F0163. This ULT Smart Tray Rx System will provide an added safety measure by requiring bar code scanning of stock medication bottles to the tray, like it does for filling medication canisters. This System will also require a double check of the medication loaded into the tray and include the name of the checking person on the report. The request to purchase this ULT Smart Tray Rx System is the direct result of a patient safety event that occurred on March 11, 2023; in which 20 (twenty) tablets of Topiramate were prepacked as a tray and labeled as 25mg tablets but contained 50mg tablets in error. Our current process requires barcode scanning for medications prepacked from canisters ; however, it does not require barcode scanning for medications prepacked as trays . The error that occurred could have been prevented with barcode scanning and has served as the catalyst for requesting this enhancement piece of equipment. Brand name requirement (Brand Name Only): Item # Description Quantity ULT-100 Universal Lighted Tray (ULT) SmartTrayRx System 1 Training and Installation: Training and installation will be required. The POC for training and installation is Jamie Bardo; Jamie.bardo@va.gov. If vendor will be on station: Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. Copies to be maintained by COR. Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504 Monday Friday from 8:00am 4:00pm Request for Information Instructions 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer 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, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to sarah.chrostowski@va.gov no later than,2 PM Eastern Standard Time (EST) on July 25, 2023 with 36C24423Q1035 in the subject line. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, Sarah Chrostowski. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist, Sarah Chrostowski. DISCLAIMER 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. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aefa1e87fb8e4a5cafd1c2a203348066/view)
 
Place of Performance
Address: Erie VA Medical Center 135 East 38th Street Erie, PA 16504
 
Record
SN06754175-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.