SOURCES SOUGHT
65 -- VISN 5 Sites Pill Unit Dose Packagers
- Notice Date
- 5/28/2024 12:54:26 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
- 36C24524Q0562
- Response Due
- 5/31/2024 9:00:00 AM
- Archive Date
- 06/15/2024
- Point of Contact
- Joseph J. Krupa, Contracting Officer, Phone: (304) 263-0811 ext.4002
- E-Mail Address
-
joseph.krupa@va.gov
(joseph.krupa@va.gov)
- Awardee
- null
- Description
- The VISN 5 is conducting this Sources Sought to identify contractors who possess capabilities to provide the product described in the specification below. As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy. Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted because of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought. This service will be implemented using the North American Industry Classification System (NAICS) Code 339112. NOTES All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to joseph.krupa@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than May 31 , 2024 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced later, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice. DISCLAIMER This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Specifications: Please provide the following: Please provide the information on the following: Lead time needs to included manufacturing, delivery, installation, testing, billing, punch lists, value added engineering etc. for all components. Lead time for one system, item: (months) Lead time for all systems, items- consecutively: (months) and concurrently: (months) Statement of Work VISN 5 Unit Dose Packaging Units GENERAL: Scope of Services: The purpose of this requirement is to procure four (4) automated unit dose repackaging machines for use in the Inpatient Pharmacy Departments of various VISN 5 VAMCs. The requirement shall include the unit dose packager, supplemental lower packaging unit, tray system, canisters, canister calibration options, and all software and interfaces required to integrate into the existing pharmacy information system at each site. The procurement shall include all parts, materials, labor, software/licenses, and travel to complete the full installation of the unit dose packaging machines. Locations: Beckley VA Medical Center, 200 Veterans Ave, Beckley WV 25801-6444 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 Loch Raven VA Medical Center, 3901 The Alameda, Baltimore, MD 21218-2100 Performance Period: Full installation to be completed 180 days post award. WORK HOURS: Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR). Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination. SPECIFICATIONS: Facility specific specifications: Beckley VA Medical Center Technical Requirements Packager Requirement One (1) unit dose packaging unit Canister Quantity At least 400 Louis A. Johnson VA Medical Center Technical Requirements Packager Requirement One (1) unit dose packaging unit Canister Quantity At least 300 Washington DC VA Medical Center Technical Requirements Packager Requirement One (1) unit dose packaging unit Canister Quantity At least 300 Loch Raven VA Medical Center Technical Requirements Packager Requirement One (1) unit dose packaging unit Canister Quantity At least 300 Generic specifications: The procurement is for a quantity of four (4) automated dose repackaging devices. The packaging system should have functionality to allow for single- and multi-dose pouch packaging. The packaging system should contain at least the number of canisters specified in the facility specific section, with the option to increase this throughput per site specifications. The packaging system should accurately package a minimum of 50 unit-dose and 40 multi-dose pouches per minute. The packaging system should include at least one pre-fill tray to allow for continuous dispensing of non-canister medications. The packaging system should include a tray docking system with clients, scanners, UPS, and trays. The packaging system shall include a calibration canister kit, allowing users to modify canisters in-house. The packaging system shall include an optional inventory counting and canister QC device. The packaging system shall include a set of universal, manually adjustable canisters allowing staff to calibrate canisters for new NDCs without needing to swap out canister parts. The packaging system shall include a package auto verification unit to perform QC analysis. The packaging system shall include canisters that are NDC code specific. The packaging system shall include canisters that are pin, autosensing, and/or RFID identifiable. The packaging system shall print pouches with pre-folded paper and a serrated edge for easy access to medications. The packaging system shall include a reporting tool that allows users to view metrics and run auditing. The packaging system shall allow for batch pausing. The packaging system shall be able to interface with existing pharmacy information systems. (BD Pyxis, ScriptPro, Omnicell) The packaging system software must be compatible with Windows 10 LTSC or more current operating system (OS). Software licensing for at least the first year of the packaging system to be included within the initial procurement. The system shall include a thermal printer capable of continuously printing package labels with a barcode label. Contractor shall provide two copies of the operating and service manuals. Networking Requirements. The system requires connection to the VA network. The Contractor shall complete the VA s required documentation. Should the manufacturer of the equipment not have an approved Enterprise Risk Analysis completed, this will be required in order to fully install the system on the network. Following purchase, the VA will provide specific network information for the configuration of the system. If remote support is required, the Contractor must have a completed MOU/ISA. The system shall be compatible with the incoming Cerner patient health record. The system shall have all VISTA/CPRS HL7 integrations built prior to going live with the equipment. Cleaning/Sterilization Requirements. The Contractor shall provide cleaning/sterilization instructions (Instructions for Use IFU) for the Government to determine the ability of the facility to properly process the equipment. The packaging system should have a means to clean the inside of the unit by a pharmacy technician. Delivery Requirements Delivery is required 180 days from award of the contract. Large deliveries are to be coordinated in advance with the COR/Biomedical Engineering Designee to ensure necessary planning takes place. Contractor is to provide the COR/Biomedical Engineering Designee with shipment tracking information. Installation Requirements Full installation of the system shall be included as a part of this contract. All parts, materials, tools, labor, and travel to complete the installation shall be included as a part of this contract. Contractor is required to complete all configuration for the system to be usable. Contractor shall provide validation that the system is fully functional upon completion of the installation/implementation. De-Installation Requirements De-installation of the existing packaging system is required. Contractor is required for removal and disposal of existing system. Contractor shall remove any hard-drives or storage systems containing sensitive or patient health information and consign to Biomedical Engineering staff for proper sanitization. Training Requirements Contract shall include training for the end-users in the operation of the system. Training shall be on the function and use of the device, in addition to any software/applications. Training shall be on-site for at least one day. Contract shall include optional training for the technical professionals (Biomedical Equipment Support Specialists) Training shall cover the maintenance, troubleshooting, and repair of the system. Contractor Requirements All Contractor personnel performing installation services of the equipment shall have factory training and experience in the implementation of the equipment. Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Warranty Information The equipment shall have a warranty of at least 1 year from the full installation/acceptance of the equipment. Warranty support shall include repair of the system. Warranty support shall include preventative maintenance of the system. Warranty support shall include all parts, materials, labor, and travel to complete the repair or maintenance. Requests for warranty support shall be made to the telephone support number provided by the Contractor. Warranty support requests shall be responded to within 24 hours. Contractor shall perform any available system updates during the warranty period at the discretion of Biomedical Engineering. Contractor shall provide a copy of the service report, complete with test data, to the contract COR/Biomedical Engineering Designee within five working days after completion of any services. Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided. On-Site Procedures Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department. Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information. Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure. Contractor personnel shall sign out upon completion of visit. Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas. Safety and Security Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact. Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures. Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Property Damage The contractor shall take all necessary precautions to prevent damage to any Government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional. Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81f335fe26f748a9a1fd735ba6476f80/view)
- Place of Performance
- Address: Multiple see attachment Multiple see attachment Multiple see attachment Multiple see attachment, Multiple see attachment
- Record
- SN07078725-F 20240530/240529051427 (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 |