SOLICITATION NOTICE
65 -- AUTHOMATED, ROBOTIC PRESCRIPTION DISPENSING SYSTEM.
- Notice Date
- 7/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334514
— Totalizing Fluid Meter and Counting Device Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K00-09-T-0279
- Response Due
- 8/4/2009
- Archive Date
- 10/3/2009
- Point of Contact
- jroeck, 210-221-4648<br />
- E-Mail Address
-
Great Plains Regional Contracting Ofc
(john.roeck@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation W81K00-09-T-0279 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is solicited as unrestricted open market for NAICS 334514, size standard 500 employees. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation is for automated (robotic) prescription dispensing system, 1 each; dispensing station, 1 each; computer server interface, 1 each; output devices, 1 each; installation, 1 each, for Brooke Army Medical Center, Fort Sam Houston TX 78234. Required items to be delivered FOB destination. Line item no. 0001: Robotic prescription dispensing system with collating control center, SP100/CCC, or equal, 1 each. Line item 0002: SP central platform, including 1 central server and 1 station, or equal, 1 each. Line item 0003: Pharmacy Image server, or equal, 1 each. Line item 0004: Prescription dispensing control station, or equal, 1 each. Line item 0005: Paper prescription input scanner, or equal, 1 each. Line item 0006: Electronic signature device, or equal, 2 each Line item 0007: Terminal emulation/service/KVM setup, or equal, 1 each Line item 0008: Terminal KVM device add-on, or equal, 1 each Line item 0009: Virus protection interface, or equal, 1 each Line item 0010: Standard interface, or equal, 1 each Salient characteristics for entire robotic system and all line items: A. Vendor must provide turnkey implementation of the system including: 1) Site planning, performed by an experienced Vendor workflow specialist, who will work on-site with pharmacy management prior to installation of the system to arrive at a precise layout and workflow plan. 2) Development, testing and demonstration of all specified interfaces to other software systems prior to installation. 3) Installation by experienced Vendor personnel who will remain at the site until the system is fully installed and operational. 4) Training by experienced Vendor personnel, commencing immediately upon installation. B. Vendor must provide and maintain a drug information database, including electronic images, integrated with the system and used to identify and verify drugs, and print information on prescription labels and reports during operation of the system. The database must include: 1) Coverage of all drugs dispensed by the pharmacy. Any drugs not covered must be able to be temporarily entered into the database without images by pharmacy staff and permanently entered into the database by Vendor within 10 business days of being advised of the omission. 2) For multi-version drugs, the database must contain complete entries and electronic images for all versions currently in use. 3) Auxiliary labels as recommended by an authoritative source, including both text and icons, for the above drugs. 4) Identifying data, which can be displayed on screens and printed on labels, including color, shape, markings, and line drawings. C. The system must enforce positive verification at each step where a drug is handled, utilizing both barcode scan of manufacturer containers or prescription labels and on-screen electronic images of the drug. D. The system must be able to track lot numbers and expiration dates for all drugs dispensed in fulfillment of prescription orders. E. The system must provide security controls for personnel performing key functions, including data entry, verification, dispensing, and refilling. The system must record, and be able to report or display, operator accountability trails for all security-controlled actions taken. F. Vendor must provide toll free telephone access to a Vendor-operated help desk 24X7X365. Vendor must provide monthly data for the past three years showing the average speed of answer and the average total call time for the help desk. G. Vendor must provide automated updates of all software, including third party software, drug information, and other tables required to operate the system. H. Vendor must provide an all-inclusive support contract with guaranteed continuation for at least 10 years and with no additional charges for the following: 1) Software updates or upgrades required to maintain specified system functionality. 2) Maintenance parts. 3) On-site service, including out-of-pocket travel and other expenses. 2. SP 100 CCC Robotic Prescription Dispensing System Specifications A robotic system is required to fill prescription vials with tablets and capsules, and print and apply prescription labels to the vials. The system must meet the requirements shown below. A. Based on orders from the pharmacy management system, the robotic system must automatically select a prescription vial from a storage area holding at least two available vial sizes in the 12 to 60 dram range. Provide a list of supported vials and state whether you restrict the system to using vials of a certain manufacturer. The vials to be used shall be specified prior to installation. B. The system must count a specified quantity of tablets or capsules ordered from a drug storage container into the vial. The drug storage container shall have a capacity of at least 40 cubic inches. If multiple sizes of drug storage containers are offered, provide details. C. If the drug storage container does not have enough tablets/capsules to complete the filling of the vial, the system must be able to halt and alert the operator, both audibly and on-screen, and allow the operator to either refill the drug storage container so that the vial can be filled as specified, or instruct the system to process the vial as a partial fill. D. The system must print the prescription label, as specified by the pharmacy management system, and apply it to the vial. The prescription label must be printed after the vial is filled so that, in the event the vial is a partial fill, the label will show the actual quantity. The prescription label must also show the auxiliary warning messages. To assist pharmacy staff and patients in verifying that the proper drug is in the vial, the system must be able to print a physical description of the drug, including a line drawing, on the prescription label. E. The system must deliver the filled and labeled vial, uncapped, on an outfeed conveyor for visual verification of its contents by pharmacy staff. To support the verification process, there must be a barcode on the vial label that can be scanned to show details of the prescription and the Vendors database image of the drug on the screen. If there are multiple versions of the drug in use, the system must be able to display all versions on the screen so that positive verification can occur. F. Pharmacy staff must be able to easily clean the drug storage container so it can handle any drug without concern for cross-contamination from other drugs previously stored in the container. G. The system must be able to handle up to 200 different drugs when fully filled with standard size drug storage containers. If Vendor offers different size robots with varying capacities for storage containers, these options should be included in the response. H. Vendor must provide hourly throughput specifications for the system based on 30 count prescriptions. If there are options for adding mechanisms for throughput increases, these should be explained, including an explanation as to whether these mechanisms can be retrofitted later if throughput requirements increase. I. The system must ensure drug selection accuracy during refilling by requiring an electronic scan of the drug storage container and a corresponding scan of the manufacturer stock bottle barcode. An image of the drug to be refilled must be displayed on the system screen and made visible to the operator during the refilling process. The system must be capable of recording identification of the operator performing the refill. J. The system must ensure accuracy in returning tablets or capsules from a filled vial to a drug storage container when a prescription is canceled or not picked up. The return process must include an electronic scan of the drug storage container and a corresponding scan of the vial label to ensure that the tablets/capsules are returned to a drug storage container that is designated for the specific drug and lot number. The inventory must be automatically adjusted for returns based on the vial quantity. K. If a vial that was filled and labeled by the system is found to contain the wrong drug, the system must be able to display or report the dates and times of all events occurring, and identification of personnel involved, in processing the prescription, including identification of the operator who refilled the drug storage container prior to the filling of the vial. L. The system must maintain and be able to report or display an accurate real time inventory count for each drug storage container and must be capable of incrementing inventory during the refill process based on the package quantity indicated in the database for the stock bottle used to refill. M. Vendor must provide evidence from a competent, independent third party study showing that the dispensing technology employed by the system does not generate significant airborne particulate matter that might be a health hazard to pharmacy workers or patients. 3. SP Central Workflow System Pharmacy Workflow System Specifications A pharmacy workflow system is required to manage all prescriptions processed by the pharmacy. The system must meet the requirements shown below. A. The system must show the status of all prescriptions in process for a patient from the time they are first entered until they are transferred to the patient or other person authorized to pick up for the patient. B. The system must allow user-specified queues to be established and displayed for all workstations and all functions to be performed at each workstation. The system must allow prioritization of items of work within each queue. C. The system must allow a separate queue to be established and displayed at each filling workstation showing all of the prescriptions in process to be filled for a selected patient. The system must show the status of each prescription within the queue, including whether it is delayed pending a problem resolution, has been filled by a robot, or is waiting to be filled manually at the workstation. D. The system must allow a separate queue to be established and displayed at each verification workstation showing all of the prescriptions in process to be verified for a selected patient. The system must show the status of each prescription, including whether it is delayed pending resolution of a problem, waiting to filled, or waiting to be verified. E. The system must be able to display the medication history for a patient for at least the past 12 months. F. The system must allow the same physical devices to function as either a filling or verification workstation depending on the operational needs at the time. G. The system must allow viewing of the status of all prescriptions for a patient, including script history, from any screen. H. The system must allow collating and batching of prescriptions filled for a patient so that all subsequent steps can be tracked using a batch barcode. The system must be able to track multiple batches for a patient in cases where there are separate will call storage areas, such as when refrigerated or oversize package storage is required, and display all batches waiting for patient pickup from any screen. 4. Station Prescription Dispensing Control Station Specifications A prescription dispensing control station is required to ensure accurate filling and labeling of prescriptions. The station must meet the requirements shown below. A. The station must integrate a touch screen monitor, labeling device, and barcode scanner into a single device to conserve working space and maximize operator efficiency and accuracy. B. The station must present the prescription label only after verifying that the correct drug product has been scanned. C. If the prescription label is not accepted by the user within a specified time period, the label must be automatically disposed of by the station. 5. Drug Database Meeting Special Drug Nomenclature Requirements The system must be able to communicate with our other systems in terms of the generic drug naming conventions used by those systems. It must be able to map our generic drug names to the NDC numbers of the drugs stocked in the pharmacy and produce utilization reports showing NDC utilization. Explain how your drug name to NDC mapping tools work, how the mapping is updated and maintained, and how mapping accuracy is ensured. 6. SP Central Telepharmacy Telepharmacy Specifications A telepharmacy system is required that allows pharmacists to use telecommunications technology to systematically provide personalized, electronically documented, real-time professional services to patients at a remote location, including prescription dispensing and counseling, and to oversee and supervise remote pharmacy operations. The system must meet the requirements shown below. A. The system must include a telepharmacy filling station and a telepharmacy counseling station. B. The filling station must include: 1) An interactive touch screen workstation for filling, labeling, and verifying prescriptions. 2) An integrated audio/video package for face-to-face pharmacist-technician interaction. 3) An integrated barcode scanner to scan and match drug barcodes to prescription orders and to scan and record operator ID badges. 4) An interfaced prescription scanner for capturing and recording images of paper prescriptions. 5) An integrated label printer for printing prescription and bag/batch labels, capable of automatically and safely disposing of labels that are printed but not used. 6) An interfaced inspection camera for capturing images of drug products and prescription labels prior to dispensing. C. The counseling station must include: 1) An interactive touch screen workstation for patient counseling, education, and electronic signature capture. 2) An integrated audio/video package for face-to-face pharmacist-patient interaction. 3) An integrated barcode scanner to scan and match drug barcodes to prescription orders and to scan and record operator ID badges. 4) An interfaced electronic signature device for capturing patient signatures to confirm receipt of prescriptions and counseling. 5) A video screen capable of displaying patient instructional videos. D) All equipment and software must interface with the pharmacy workflow system so telepharmacy support activities can be integrated into local pharmacy operations. E) Pharmacists must be able to provide telepharmacy support from any telepharmacy-enabled workstation connected to the network. F) Technicians must be able to request pharmacist support by pressing a button on the telepharmacy filling station. This must cause selected supporting pharmacy devices to ring and display the support request. G) The telepharmacy filling station must be able to display prescription status lists, prioritize workflow, and automate the collation and batching of patient prescriptions. H) The telepharmacy filling station must print and present prescription labels, including required auxiliary labels and drug images, after verifying that the correct drug has been scanned. If a prescription label is not accepted by the user within a specified time period, the label must be automatically disposed of by the telepharmacy filling station The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-1 [Instructions to Offerors]; Addendum 52.212-1; Federal Acquisition Regulation (FAR) provision 52.211-6 Brand Name or Equal applies to this acquisition. Vendors shall comply with FAR provision 52.211-6 if submitting other than the brand name products. Award will be all or none. FAR provisions and clauses can be viewed at Internet address: http://farsite.hill.af.mil/vffar1.htm. Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses can be viewed at Internet address: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: www.ccr.gov/. Confirmation of CCR registration will be validated prior issuance of an order. Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. The closing date and time of this solicitation is 4 August 2009, 10:00 a.m. CST. Submit quotations on company letterhead signed by an authorized company representative by the closing date and time. Quotes may be submitted via mail, fax, or e-mail. (mail: Great Plains Regional Contracting Office, Attn: John Roeck, 3851 Roger Brooke Drive, bldg 1103, Fort Sam Houston TX 78234-6200; fax: (210) 221-5359. Paper copies of this solicitation will not be issued and telephone, fax, or email requests for the solicitation will not be accepted. Point of contact: John Roeck, 210-221-4648; e-mail: john.roeck@us.army.mil. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal item(s), comply with FAR Clause 52.211-6, Brand Name or Equal. Explain how your company will meet the salient characteristics of the items as specified in the solicitation. Prospective contractors shall demonstrate that the system offered complies with the technical requirements described in the salient characteristics by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. End Addendum 52.212-1; 52.212-4 [Contract Terms and Conditions Commercial Items]; Addendum 52.212-4; 52.211-6 [Brand Name or Equal]; 52.212-2 [Evaluation-Commercial Items]; 52.212-3 [Offeror Representations and Certifications-Commercial Items]; 52.219-1 [Small Business Program Representations]; 52.237-2 [Protection of Government Buildings; Equipment, and Vegetation]; 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; 252.212-7000 [Offeror Representations and Certifications-Commercial Items] 252.225-7031 [Secondary Arab Boycott of Israel]; 252.232-7010 [Levies on Contract Payments]; 252.243-7001 [Pricing of Contract Modifications]; HIPPA [Local] End Addendum 52.212-4; 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items] with sub clauses: 52.219-6 [Notice of Total Small Business Set-Aside]; 52.219-8 [Utilization of Small Business Concerns] 52.219-28 [Post Award Small Business Program Representation] 52.222-3 [Convict Labor], 52.222-19 [Child Labor-Cooperation with Authorities and Remedies], 52.222-21 [Prohibition of Segregated Facilities], 52.222-26 [Equal Opportunity], 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans], 52.222-36 [Affirmative Action for Workers with Disabilities], 52.222-37 [Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans], 52.222-50 [Combating Trafficking in Persons], 52.225-3 [Buy American Act-Free Trade Agreements-Israeli Trade Act], 52.225-18 [Place of Manufacture] 52.225-13 [Restrictions of Certain Foreign Purchases] 252.211-7003 [Item ID and Valuation] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] with sub clauses: 252.225-7001 [Buy American Act and Balance of Payments Program] 252.232-7003 [Electronic Submission of Payment Requests] 252.247-7023 [Transportation of Supplies by Sea Alternate III] (end)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0279/listing.html)
- Place of Performance
- Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
- Zip Code: 78234-6200<br />
- Zip Code: 78234-6200<br />
- Record
- SN01887212-W 20090726/090725000955-87cb0d80465c63fd7c1efa68ddac8f8a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |