SOURCES SOUGHT
J -- Current Medication Dispensing System Equipment Upgrade
- Notice Date
- 9/12/2023 6:07:53 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q1127
- Response Due
- 9/14/2023 9:30:00 AM
- Archive Date
- 09/29/2023
- Point of Contact
- Harold Nice, Contracting Officer, Phone: 781-687-2000
- E-Mail Address
-
Harold.Nice@va.gov
(Harold.Nice@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210, (Maintenance of Equipment) with a size standard 34 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Product upgrade, installation, integration, and implementation of the Scriptro equipment at the White River Junction VAMC per the (Statement of Work Statement) below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to (perform the services and provide the required supplies) are invited to submit a response to this Sources Sought Notice by 1230 EST, (14) (September), (2023). All responses under this Sources Sought Notice must be emailed to Harold.Nice@va.gov with Sources Sought # 36C24123Q1127 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the (supply/service) as listed in Attachment 2 (STATEMENT OF WORK) with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the (SOW). Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 (STATEMENT OF WORK) Objective: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded Contractor in relation to the upgrade, provision, installation, integration, and implementation of the existing Scriptro equipment. This document highlights the technical specifications and services being requested by the White River Junction VAMC for consideration towards the purchase for a Scriptro System. Vendors under this proposal shall provide all equipment, accessories, applicable training, and manuals. Scope of Work: Upgrade the existing Scriptro medication management software and medication dispensing machines, so the equipment is supported by the manufacture and integrates with current systems. Product delivery will be the responsibility of the Vendors working with the White River Junction VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery, implementation, and training for the devices. Deliverables: Smart Card Scanner To include Installation. Full Disk Encryption - To include Installation. Endpoint Security Management - To include Installation. Endpoint Security - To include Installation. Robot Upgrade: Windows 10 Operating System Upgrade for SP X00 or CRSX - To include Installation. Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) - To include Installation. Client Upgrade: Windows 10 Operating System and i5 Computer - To include Installation. Hardware Upgrade for the SP Datapoint or Notice Board - To include Installation. Client Upgrade: Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board - To include Installation. Background of System: The Scriptro System is currently installed at WRJ VA. Scriptro medication management software and medication dispensing machines enable a consistent approach to medication management to help keep teams aligned and focused on patient care. WRJ VA Medical center needs to procure windows 10 os Scriptpro server as our current system is no longer supported. The facility s primary goal is to maintain high quality care, standardize and improve safety, more effective and efficient use of staff and overall improvement in patient care. Ancillary Equipment: All Services and supplies must be compliant with current VA requirements including vendor supported operating systems. Current Scriptpro Systems Set-up monitors or modules [If applicable] Software set up Other (2) User Manuals (2) Service Manuals Information on disposable procurement Services Training Installation Training Requirements: Vendor will be required to provide two user manuals for the Scriptro. Vendor will be required to provide two service manuals for the Scriptro. Vendor will be required to provide an on-station in-service on the proper use and setup of the Scriptro. Vendor will be required to provide the cleaning methods/guidelines for Scriptro and other accessories. All employees who will be utilizing Scriptro, including Providers, Technicians, Bio-Clinical Engineering, and Clinic staff members (""Trainees""), must be trained by an authorized representative by Medtronic prior to using the System. No charge on a mutually agreeable date and time. Installation: Contractor s Responsibilities: Based on approved deployment work schedule, the Contractor shall provide all labor necessary to install, deploy and configure the requirements of WRJ VAMC Contractor shall receive and place equipment in the pre-arranged designated areas at the WRJ VAMC The Contractor shall unpack and install all equipment in the designated area and dispose of all trash. Disposing of the trash is the responsibility of the Contractor. Contractor shall perform all installation and configuration necessary to complete the work, plus perform technical service checks to ensure product is fully operational in accordance with manufacture operating standards Vendor will coordinate all site visits with the Biomed staff at least 24 hours in advance. The vendor will provide at-least a 1-year manufacturer warranty on the device from the date of installation. Medical Center s Responsibilities: Providing access to patient care spaces, hallways, and equipment rooms during normal business hours for implementation of the general system installation requirements. Providing a single point of contact to work with in planning and implementing the services described. Assign additional clinical staff during the transitions Responsible for any structural changes (cabinets, desks, etc.). Customer will be responsible for networking the device on the VA network with assistance provided from the vendor as needed. On-site assembly and installation of items and performance of services identified in this document will take place during hours defined as: 0730 to 1500 (i.e.: 7:30 am to 3:00 pm ET), Saturday or Sunday, excluding Federal Holidays High risk clinical areas may require after hours install. The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document. The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with the WRJ VAMC staff. The WRJ VA will provide a staging area for the equipment to be staged before deployed Delivery Location: Contractor shall deliver all equipment to the: White River Junction VA Medical Center 163 Veterans Dr. White River Junction, VT 05009 ATTN: Colleen O Brien Records Management: The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/70c505c895384771b0ef059a88b807ca/view)
- Place of Performance
- Address: 200 Springs Rd Bedford MA 01730, USA
- Zip Code: 01730
- Country: USA
- Zip Code: 01730
- Record
- SN06828658-F 20230914/230912230109 (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 |