SOURCES SOUGHT
65 -- BRAND NAME ONLY CODE CR2700 BARCODE SCANNERS
- Notice Date
- 1/29/2025 8:45:43 AM
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0321
- Response Due
- 2/10/2025 10:00:00 AM
- Archive Date
- 03/12/2025
- Point of Contact
- McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
- E-Mail Address
-
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice 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 Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name Only Code CR2700 barcode scanners. The scanners will be delivered to the Philadelphia VA Medical Center, located in Philadelphia, PA 19104. Background Request for Brand Name Only Code CR2700 barcode scanners for all nursing staff to utilize in the process of patient care throughout the 642-CMJCVAMC. These barcode scanners will be used by staff to record patient identities, medications given; supplies used etc. during patient care. Project Scope: Nursing staff throughout the 642-CMJCVAMC use these barcode scanners via communication between the scanner itself and USB dock/charging station. The scanner will act as a barcode language to text input tool and will not access patient record, VA network or require any software needs on it own. This process quickly and accurately inputs; the patient s Name, DOB, SSN by scanning patient s wristband, any medications that patient will be receiving, any applicable supplies used (such as dressing change kit, saline syringe) to provide care to the patient, any applicable scan-to-text enabled procedures such as Blood Glucose Checks can also be initiated by scanner, initiation of recording free water given to patient and other such patient charting, patient records that can be assisted or completed by barcode scanning. Specifications: The Code CR2700 barcode scanner must be wireless to freely facilitate patient care in varying environments, locations, and conditions during patient care. Nursing staff cannot be limited or hampered by a physically tether to the PC/workstation/laptop in this process. These scanners must be robust in that they will be cleaned regularly, they must also be robust in their construction in order to be continuously useful and remain in service while in a complex workflow and environment where equipment can be soiled, dropped on accident, scuffed, or cosmetically damaged in all other ways. The C&A requirements do not apply, and that a Security Accreditation Package is not required: 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 Industry Classification code (NAICS) 334118, Computer Terminal and Other Computer Peripheral Equipment Manufacturing. The Small Business Size Standard for this NAICS code is 1,000 employees. Please answer the following questions: 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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). 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? 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. 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. 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? 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice 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 mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on February 10, 2025. 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, McDaniel Brayboy III. All firms responding to this Sources Sought Notice 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 Contract Opportunities website 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 Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a17fd6937a8448a6969b05b944f28455/view)
- Place of Performance
- Address: Philadelphia VAMC 3900 Woodland Ave, Philadelphia 19104
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN07327166-F 20250131/250129230114 (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 |