SPECIAL NOTICE
65 -- Intent to Sole Source Omnicell Cabinets This is not a Request for Quote
- Notice Date
- 8/24/2023 9:23:38 AM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0942
- Response Due
- 8/28/2023 1:00:00 AM
- Archive Date
- 09/07/2023
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-841-7191
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- Appendix C: Scope of Work VHA Philadelphia (VHAPHI) SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR INSTALLATION OF Automatic Medication Dispensing System Background VA Philadelphia requires additional automatic medication dispensing system for safe storage of medication and supplies in the Community Living Center (CLC) and Primary Care. The CLC is currently under construction to expand the resident capacity by 50%, totaling 142 residents. Additional cabinets are needed to meet the needs of the new area and workload expansion. Primary care currently utilizes one automatic medication dispensing system in Module A, leaving the other modules to rely on a manual ward stock. An additional cabinet in this area will allow for a complete transition to automated inventory management. Performance Period: FY23. Project Scope This procurement includes both hardware and any software licenses required to utilize the current in place Omnicell infrastructure. The contractor is responsible for installation, verification, and configuration of the system to function in accordance with the Original Equipment Manufacturers (OEM) requirements. Additionally, all labor, shipping and necessary training are included. The cabinets should be delivered no later than August 2023 for CLC activations. Construction is estimated to be completed August 2023 and activations will occur for 60 days after. The cabinets will need to be installed during this timeframe. Compatibility The requirements stated herein are brand specific due to the currently utilized system being Omnicell. The server infrastructure already exists and can support the additional cabinets. Clinical staff are already well-versed on the current Omnicell automatic medication dispensing system; therefore, the additional cabinets will have minimal workflow impacts. Specifications All cabinet software must be Windows 10. CLC 1B(a) (1) One cell cabinet 77.5 x 26.5 x 27.0 (hxwxd) Console with: BioID Med Label Receipt Printer Hardware: Scanner, wired Software License: Profile Option Scheduled Meds (4) 36-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 27-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 18-bin metal locking drawer - 1.7 x 6.6 x 2.6 (hxwxd) (1) 15-bin double deep narrow metal locking drawer 4.0 x 3.5 x 6.3 (hxwxd) (1) 6-bin double deep wide metal locking drawer 4.0 x 10.0 x 6.3 (hxwxd) (1) FlexLock with 50ft cable CLC 1B(b) (1) One cell cabinet 77.5 x 26.5 x 27.0 (hxwxd) Console with: BioID Med Label Receipt Printer Hardware: Scanner, wired Software License: Profile Option Scheduled Meds (3) 36-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (2) 27-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 18-bin metal locking drawer - 1.7 x 6.6 x 2.6 (hxwxd) (1) 15-bin double deep narrow metal locking drawer 4.0 x 3.5 x 6.3 (hxwxd) (1) 6-bin double deep wide metal locking drawer 4.0 x 10.0 x 6.3 (hxwxd) (1) FlexLock with 50ft cable CLC 2B(a) (1) One cell cabinet 77.5 x 26.5 x 27.0 (hxwxd) Console with: BioID Med Label Receipt Printer Hardware: Scanner, wired Software License: Profile Option Scheduled Meds (4) 36-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 27-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 18-bin metal locking drawer 1.7 x 6.6 x 2.6 (hxwxd) (1) 15-bin double deep narrow metal locking drawer 4.0 x 3.5 x 6.3 (hxwxd) (1) 6-bin double deep wide metal locking drawer 4.0 x 10.0 x 6.3 (hxwxd) (1) FlexLock with 50ft cable CLC 2B(b) (1) One cell cabinet 77.5 x 26.5 x 27.0 (hxwxd) Console with: BioID Med Label Receipt Printer Hardware: Scanner, wired Software License: Profile Option Scheduled Meds (4) 36-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 27-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 18-bin metal locking drawer - 1.7 x 6.6 x 2.6 (hxwxd) (1) 15-bin double deep narrow metal locking drawer 4.0 x 3.5 x 6.3 (hxwxd) (1) 6-bin double deep wide metal locking drawer 4.0 x 10.0 x 6.3 (hxwxd) (1) FlexLock with 50ft cable Primary Care (1) Quarter height cabinet 27.0 x 26.5 x 27.0 (hxwxd) Console with: BioID Med Label Receipt Printer Hardware: Scanner, wired Software License: Profile Option Scheduled Meds (2) 27-bin metal locking drawer 1.7 x 2.9 x 2.6 (hxwxd) (1) 6-bin double deep wide metal locking drawer 4.0 x 10.0 x 6.3 (hxwxd) (1) FlexLock with 50ft cable Installation Requirements Installation, configuration, testing, training (both clinical and biomed) and Go-Live will be completed by the Contractor. Upon contract award, the Contractor must provide a project manager point of contact for contract kick-off to the Contracting Officer Representative. The Contractor will work with Biomedical Engineering staff to provide any additional documentation required and coordinate the necessary tasks for deployment of the new hardware. Install staff providing labor required for on-site installation shall be included under the terms and conditions of this contract and must be OEM trained. Labor All necessary labor must be included which includes both during business hours or after to minimize patient impact and delivery of care. Scheduling will be discussed with the Biomedical Engineering representative and coordinated with the Clinical end users. Warranty All equipment procured under this contract will have a minimum one-year warranty for all parts and associated fees (i.e., labor and shipping). Contractor may provide optional add-ons for extended coverage as desired. Delivery Location Attn: Biomed Kaylee Updegrave VA Philadelphia Medical Center 3900 Woodland Ave Philadelphia, PA 19104 Prior to delivery, Contractor shall verify shipment with the designated Contracting Officer Representative. Once confirmed, tracking information, quantity and estimated arrival shall be provided. The Contractor must comply and provide all necessary verification and information to the VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Delivery Coordination Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number Additional Charges There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts or installation. Packaging Waste Management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. Influenza Vaccination VA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VHAPHI. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities is in compliance with VHA Directive 1192. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. RUBELLA TESTING: Contractor shall provide proof of immunization for all contract personnel for measles, mumps, rubella or a rubella titer of 1.8 or greater. If the titer is less than 1.8, a rubella immunization shall be administered with follow-up documentation to the COR. Please provide a signed memo stating that: (number of assigned Key Personnel) assigned to VA Contract #___________ have tested negative for tuberculosis within the past 365 days. (number of assigned Key Personnel) assigned to VA Contract #___________ have been immunized for measles, mumps, rubella or a rubella titer of 1.8 or greater. COVID-19: Coronavirus Disease Vaccination Program: VHA Directive 1193 requires all health care personnel (HCP) to participate in the coronavirus disease vaccination program and outlines the key implementation steps. Healthcare personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. Those HCP unable or unwilling to be vaccinated are required to wear a face mask. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1193. The contractor shall maintain the following documentation: Documentation of vaccination, e.g., signed record of immunization from a healthcare provider or pharmacy, or a copy of medical records documenting the vaccination. Completed VA Form 10-263 if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification to the Contracting Officer s Representative (COR) or designee that all contract staff performing services at VA facilities are in compliance with the VHA Directive 1193. Confidentiality and Nondisclosure It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Identification, Parking, Smoking, Cellular Phone Use and VA Regulations The contractor's FSE shall wear visible identification at all times while on the premises of VAPHI. Identification shall include, as a minimum, the employee s name, position, and the contractor s trade name. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. VAPHI will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings and on premise at VAPHI. This covers all smoking and tobacco products, including but not limited to: Cigarettes Cigars Pipes Any other combustion of tobacco Electronic nicotine delivery systems (ENDS), including but not limited to electronic or e-cigarettes, vape pens, or e-cigars. Chewing tobacco Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. Contractor Personnel Security Requirements The following language from VA Handbook 6500.6 is required in this contract: Appendix B: all Appendix C: 1, 2, 3, 5, 6, 7, 8, 9 Instructions The information identified above is intended to be descriptive, of the Brand Name only Omnicell VA Philadelphia requires additional an automatic medication dispensing system 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 Intent to Sole Source 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. 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? (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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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 subcontracted work and completion of job. (8) 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. (9) 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 regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This is an Intent to Sole Source. Responses must be received via e-mail to andrew.taylor3@va.gov no later than, 4 PM Eastern Standard Time (EST) on August 28, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0942 in the subject of the email response. 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 Contracting Officer Andrew Taylor. 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 this Intent to Sole Source Notice to be considered for a set-aside. 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 Intent to Sole Source. Information will only be accepted in writing by e-mail to Contracting Specialist at andrew.taylor3@va.gov 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/04b3c7bb881945ef84481c34afb430e2/view)
- Record
- SN06805112-F 20230826/230824230052 (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 |