|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591Directorate of Contracting, Services Division, 1850 Mekong Street, Fort
Carson, CO 80913-4323 W -- LEASE OR RENTAL OF AN AUTOMATED PRESCRIPTION SYSTEM SOL
DAKF06-00-T-0049 DUE 051900 POC Patricia Collins, Contract Specialist,
PH: (719) 526-2070; FAX: (719) 526-5333; e-MAIL:
collinsp@carson.army.mil WEB: Directorate of Contracting, Fort Carson,
CO, www.carson-doc.army.mil. E-MAIL: Responsible Contract Specialist,
collinsp@carson.army.mil. PART: U.S. GOVERNMENT PROCUREMENTS SUBPARTS:
SERVICES CLASSCOD: W Lease or Rental of Equipment OFFADD: Directorate
of Contracting, Services division, 1850 Mekong Street, Fort Carson,
Carson 80913-4323 SUBJECT: Lease or Rental of an Automated Prescription
System SOL: DAKF06-00-T-0049 DUE: 051900, 1400 hrs. POC: Patricia
Collins, Contract Specialist, PH: (719) 526-2070; FAX: (719) 526-5333;
e-MAIL: collinsp@carson.army.mil DESC: This is a combined
synopsis/solicitation for commercial services prepared in accordance
with the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; proposals are being requested. A written
solicitation will not be issued. This requirement is set aside for
small businesses. The standard industrial classification (SIC) code is
7352 and the small business size standard is $5.0 million. This
request for proposal is for the acquistion of a non-personal service
lease or rental of an automated prescription system, providing for an
automated tablet and capsule counting dispensing and controlling system
for approximately 200 drugs. System shall employ the latest technology
that replaces manual dispensing tasks, and the system must be able to
accept prescription dispensing instructions from the pharmacy host
computer. System must be capable of interfacing with the Pharmacy
Module of the Composite Healthcare Computer system (CHCS). The lease or
rental must include all cabinetry, delivery, installation, and
perpetual maintenance of all electronic components via component
replacement and drug cell and cassette exchange. On-site maintenance
and/or repair shall be started within 36 hours after notification of
malfunction, and completed within 72 hours after initial notification;
repair by component replacement shall be completed within 24 hours
after notification that repairs are required. Physical inspection and
preventive maintenance of system will be made at least once a year to
include all adjustment and repair necessary to ensure system is in
optimum operation condition. Installation requirements shall be
scheduled with Contracting Officer Representative (COR). Existing
electrical data/standards: 120 volt, 60 hz, 20 amps. Equipment to meet
electrical and fire safety standards prescribed for hospitals, and as
stated in National Fire Protection Association Manual 99. Special
Equipment Requirements: Vendors shall furnish any special accessories
or equipment needed for proper operation, stabilizing, or isolation and
compliance with Occupational Safety and Health Agency (OSHA)
regulations as an integral part or component of the equipment. The
lease or rental will be used during all operating hours, with
approximate use of 55 hours per week. Maintenance and technical support
to include total software upgrades/ updates at no charge to be provided
with 24 hour, 7 day a week toll free telephone helpline support
agreement for software, hardware and user questions/problems. System
shall be installed and operated with no facility modifications.
Training is required for automation managers, administrators, and
operators and provided on workflow analysis, system setup and
maintenance. Training shall be completed within five working days after
installation and/or setup of equipment. Joint final acceptance is
required. Period of performance shall be from date of award through a
12 month period with two 12-month option periods. The Government may
exercise options to extend the period of perforrmance in accordance
with FAR 52.217-9 upon written notification by the Contracting Officer
within 60 days of contract expiration or within 60 days of funds
becoming available for that fiscal year. Each contract year below is
listed by description. Contract Line Item Number (CLIN) and estimated
date of performance/quantity: CLIN 0001 BASE CONTRACT, PERIOD 1 June
2000 THROUGH 31 May 2001; CLIN 0001AA HOSPITAL READOUT CELL (HRO) with
estimated quantity of 188 each per month; CLIN 0001AB HOSPITAL READOUT
SUPER CELLS with estimated quantity of 16 each per month; CLIN 0001AC
MASTER COUNTER with estimated quantity of 6 each per month; CLIN 0001AD
CASSETTE COUNTER with estimated quantity of 4 each per month; CLIN
0001AE CASSETTES with estimated quantity of 219 each per month. CLIN
0002 FIRST OPTION YEAR, PERIOD 1 June 2001 THROUGH 31 May 2002; CLIN
0002AA HOSPITAL READOUT CELL (HRO) with estimated quantity of 188 each
per month; CLIN 0002AB HOSPITAL READOUT SUPER CELL with estimated
quantity of 16 each per month; CLIN 0002AC MASTER COUNTER with
estimated quantity of 6 each per month; CLIN 0002AD CASSETTE COUNTER
with estimated quantity of 4 each per month; CLIN 0002AE CASSETTES with
estimated quantity of 219 each per month. CLIN 0003 SECOND OPTION YEAR,
PERIOD 1 June 2002 THROUGH 31 May 2003; CLIN 0003AA HOSPITAL READOUT
CELL (HRO) for estimated quantity of 188 each per month; CLIN 0003AB
HOSPITAL READOUT SUPER CELL for estimated quantity of 16 each per
month; CLIN 0003AC MASTER COUNTER for estimated quantity of 6 each per
month; CLIN 0003AD CASSETTE COUNTER for estimated quantity of 4 each
per month; CLIN 0003AE CASSETTES for estimated quantity of 219 each per
month. List of drugs will be provided upon request. Hospital Readout
Cell is defined as housing consisting of internal plexiglas hopper to
hold specific medication, front panel with digital readout, on-off
button, and plexiglas feed tube with built-in safety mechanism
precluding multiple counting of medication on top of the other;
controlled remotely by computer interface, controller/counter with
numeric keypad or non-computer interface, controller/counter mechanishm
with numeric keypad. Super Cell is that with twice the capacity of
single Hospital Readout Cell and is controlled in same manner as
Readout Cell; has same safety setup to prevent multiple counting;
medication is fed into the top of hopper in same manner as Hospital
Readout Cell. Master counter is housing consisting of 10-key pad with
digital readout used for controlling automated counting, and each
counter can control up to 59 hospital readout cells. Drug Cassette is
plastic housing with handle with internal hopper containing a specific
medication that is placed in a counting module for counting. Master
Control is housing unit with front panel / digital readout; 10-key pad;
on-off button; receipt slot for cassette; and plexiglas tube with
built-in safety mechanism. Computer line is to interface with computer
system, Hospital Readout Cells, and Super Cells. When prescription is
typed and label printed, computer link to receive information on the
medication and number desired and send information to appropriate cell
for counting. Minimum essential characteristics include: counting
tablets/capsules accuracy within 2%; counting medication to equate to
counting speed of minimum of 10 capsules per second; system shall not
require physical movement of drug containers to counting modules for
counting; counting system to be mounted in freestanding cabinets; no
drug cross contamination will be tolerated; containers shall be
individually configured to accommodate each shape and size of drug to
be counted; system shall interface with current hospital pharmacy
computer to allow drug labels to be printed while counting takes place;
counting mechanism to be activated by computer on command as
prescription level is printed; computer information received shall be
stored in a queue that can hold data for approximately one hundred
prescription; prescription to be processed through units on a first
in/first out basis; computer shall not be tied up during count and all
counting and control functions are to performed with computer
interface; local entry keyboard shall allow operation of system
manually should computer be down at any time; system shall be
key-lockable or equivalent, limiting access to controlled medications;
hospital readout cells to hold 1000 to 3000 high use tablets and
capsules; supercells to hold 3000 to 6000 tablets and capsules (sizes
can be up to 5/8 " long"by " wide); drug cells shall count at least 999
dosage forms and indicate number counted on each cell; drug cells shall
be accessible from top for filling and contents shall be visible from
fron at all times; system to be capable of being expanded to
accommodate future requirements up to 600 counting cells. Exchange
Service: system to be updated by cell replacement; contractor to be
notified by telephone of replacement requirement with contractor
response with replacement within 72 hours; contractor to provide
prepaid shipping carton for return; any government owned cassette will
require an exchange contract to allow for changes in drug
sizes/pharmacy needs. All responses must contain sufficient
documentation to establish a bonafide capability to meet CHCS
compatibility requirement. The Government will award a contract
resulting from this solicitation to responsible proposer whose proposal
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. Significant evaluation
factors are price, technical and past performance to determine best
value. Technical and past performance, when combined, are less
significant than price. Technical evaluation factors consider
capability, approach, understanding of requirement, and compliance with
the requirement. Compatability with CHCS is a critical technical
evaluation factor. Minimal pharmacy disruption/downtime is a critical
evaluation factor during installation of system. A technical proposal
is required. Past performance evaluation factors consider currency and
relevance of information in relation to the requirement. Past
performance factors are timeliness of service, customer satisfaction,
and quality of product. Proposers shall submit an original and 2 copies
of the proposal. The proposer shall submit a list of three similar
contracts currently in progress or completed during the last two years,
with point of contact/telephone number/fax number. The proposal shall
provide a firm fixed unit price inclusive of all transportation charges
for each CLIN for the base period and each option period. The fixed
unit price shall be multiplied by the estimated quantity to determine
the CLIN price. Total price for each period of performance shall be the
sum of all CLIN prices. Except when it is determined in accordance with
FAR 17.206(b) not to be in the Government's best interest, the
Government will evaluate proposals for award purposes by adding the
total price of all options to the total price for the basic
requirement. Evaluation of options will not obligate the Government to
exercise the options(s). The proposal shall include a fully executed
copy of FAR provision 52-212-3, Offeror Representation and Certificates
Commercial Items (FEB 1999), the proposer's Dun and Bradstreet Code,
and its Commercial and Government Entity (CAGE) Code. Full text of
applicable FAR provisions and clauses are available by accessing
website http://farsite.hill.af.mil. 52.252-1 Solicitation Provisions
Incorporated by Reference (FEB 1998) and 52.252-2 Clauses Incorporated
by Reference (FEB 1998) apply. The following FAR provisions apply to
this acquisition: 52-212-1, Instruction to Offerors-Commercial Items
(AUG 1998) and 52-212-2 Evaluation-Commercial Items (JAN 1999). FAR
clauses apply to this acquisition: 52-212-4 Contract Terms and
Conditions-Commercial items (APR 1998); 52-216-18 Ordering (OCT 1995);
52-217-9 Option to Extend the Term of the Contract (MAR 1989); and
52-212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items (JAN 1999), 52.237-2 Protection of
Government Buildings, Equipment and Vegetation (APR 1984), 52.217-8
Option to Extend Services (AUG 1989), 52.216-24 Limitation of
Government Liability (APR 1984), 52.216-25 Contract Definitization (OCT
1997), 52.246-4 Inspection of Services-Fixed Price (AUG 1996),
52.232-18 Availability of Funds (APR 1984), 52.232-19 Availability of
Funds for Next Fiscal Year (APR 1984), and 52.215-1 Instructions to
Offerors-Competitive Acquisition (OCT 1997). Proposals shall be sent
via (1) to the attention of Patricia Collins, Services and Supply
Division, Directorate of Contracting, 1850 Mekong Street (Bldg 6222),
Fort Carson, CO 80913, (2) e-mail to collinsp@carson.army.mil or (3)
fax to (719) 526-5333. Proposals must be received by 19 May 2000, 1400
hours, from the date of this publication. OFFERS MUST BE SIGNED. Oral
offers will not be accepted. All responsible sources, capable of
fulfilling the requirements of this solicitation may submit a proposal
that will be considered. Proposals that fail to furnish required
representations or information or reject the terms and conditions of
the solicitation may be excluded from consideration. NOTE: ANY
AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS
THIS SYNOPSIS/SOLICITATION. Posted 04/28/00 (W-SN449632). (0119) Loren Data Corp. http://www.ld.com (SYN# 0080 20000502\W-0001.SOL)
W - Lease or Rental of Equipment Index Page
|
|