Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOLICITATION NOTICE

70 -- Pharmacy Outpatient Information and Dispensing System - Attachment 2 Summary of Scheduled Payments - Attachment 6 Past Performance Questionnaire - Attachment 2 Cost Table General Instructions - Attachment 16 POPIDS Detail Requirements Response Template - Attachment 14 Infectious Disease Reporting Requirements - Attachment 10- Proposal Packaging and Delivery Rqmts - Attachment 9- Invoice Instructions - Attachment 13 Offeror Reps and Certs - Attachment 4 Technology Enhancements - Attachment 12- ARRA Reporting Rqmts - Attachment 3 Information Security - Attachment 2 Training Unit Cost Schedule - Attachment 2 Hardware Unit Cost Schedule - Attachment 17 Privacy Act System of Records - Attachment 2 Maintenance Unit Cost Schedule - Attachment 11 SF1449 - Attachment 15-Configuration Mgmt Plan for CRIS - Attachment 2-Software Unit Cost Schedule - Attachment 1 SOW - Attachment 8 Technical Evaluation Criteria - Attachment 5 Proposal Prep Instructions - Attachment 7 Corporate Capabilities - Attachment 2 System Impl. Unit Cost Schedule - Attachment 2 Summary of Unit Cost Schedules

Notice Date
2/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIHCL20100057
 
Point of Contact
Ann G Argaman, Phone: (301) 594-5919, Julius Y Tidwell, Phone: 301-496-0101
 
E-Mail Address
ann.argaman@nih.gov, jtidwell@cc.nih.gov
(ann.argaman@nih.gov, jtidwell@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2-Summary of Unit Cost Schedules Attachment 2 System Implementation Unit Cost Schedule Attachment 7- Corporate Capabilities Attachment 5- Proposal Preparation Instructions Attachment 8- Technical Evaluation Criteria Attachment 1 Statement of Work Attachment 2-Software Unit Cost Schedule Attachment 15-Configuration Management Plan for CRIS Attachment 11- SF 1449 Attachment 2 Maintenance Unit Cost Schedule Attachment 17- Privacy Act System of Records Attachment 2 Harware Unit Cost Schedule Attachment 2 Training Unit Cost Schedule Attachment 3-Information Security Attachment 12- ARRA Reporting Requirements Attachment 4- Technology Enhancement Clause Attachment 13- Offerors Reps and Certs Attachment 9- Invoice Instructions Attachment 10- Proposal Packaging and Delivery Requirements Attachment 14- Infectious Disease Reporting Requirements Attachment 16- POPIDS Detailed Requirements Response Template Attachment 2 General Instructions for Completing Cost Tables Attachment 6 Past Performance Questionnaire Attachment 2 Summary of Scheduled Payments The Pharmacy Department of the Clinical Center at the National Institutes of Health has a requirement for a Contractor to provide a Pharmacy Outpatient Information and Dispensing System that is interfaced to the current hospital information system and that supports a safe and efficient workflow, uses barcode scanning to verify drug identities, produces labels that are in compliance with all applicable laws and produces patient educational materials.. This a combined synopsis/solicitation for commercial items and services, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation and the Clinical Center does not intend to issue a separate written solicitation. This Solicitation No. NIHCL20100057 includes all applicable provisions and clauses in effect through all provisions and clauses in effect through Federal Acquisition Circular 2005-38 (includes amendments effective February 1, 2010). This acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The applicable North American Industrial Classification Code is 334111 and the size standard is 1,000 employees. This solicitation is being issued as a Request for Proposal. NIH is soliciting offers for a pharmacy outpatient information and dispensing system that is interfaced to our current hospital information system and that supports a safe and efficient workflow, uses barcode scanning to verify drug identities, produces labels that are in compliance with all applicable laws, and produces patient educational materials. As well as the basic system, these requirements include, but are not limited to: • A dispensing robot that is interfaced to the information system that can fill at least 100 prescriptions per hour, uses barcodes to fill the medications into the robot, selects proper vial sizes for the medications, and labels the vial in accordance with all applicable laws; • A dispensing system that supports safe and efficient medication dispensing for items not filled by the dispensing robot. This component will also use barcode scanning for filling and produce labels in accordance with all applicable laws. All components of the system must support investigational medication filling and dispensing; • Complete hardware, including system servers, dispensing robot, workstations, hand held system with barcode scanners, portable label printing devices and additional peripherals; • System configuration and implementation services, including complete turnkey, on-site implementation and project management support as described in Section V, Implementation Services Requirements; • Training services as described in Section VI, Training Services Requirements; • Maintenance and upgrade services as described in Section VII, Maintenance and Upgrade Service Requirements. The detailed Statement of Work requirements can be found in Attachment No. 1 to this synopsis. The requirements stated in the Statement of Work list very specific requirements that must be addressed in your proposal and these requirements will be a critical part of the evaluation process. The Base Year of support shall be the warranty period, as well as the year of implementation and system acceptance. The Base Year will be followed by 12 months of Principal Period of Maintenance (beginning 365 days immediately following final system acceptance date or the date the warranty expires (whichever is later). Please refer to the following attachments in preparing your proposal responding to this solicitation. Attachment No. 1: Statement of Work Attachment No. 2: Description of Supplies/Services and Prices/Costs (must be completed with your pricing and submitted along with your technical/business proposals) Attachment No. 3: Information Security Requirements Attachment No. 4: Technology Enhancement Clause Attachment No. 5: Proposal Preparation Instructions (see information regarding page limitations) Attachment No. 6: Past Performance Questionnaire Attachment No. 7: Corporate Capabilities Attachment No. 8: Technical Evaluation Criteria Attachment No. 9: Invoice Instructions Attachment No. 10: Proposal Packaging and Delivery Requirements Attachment No. 11: SF 1449 (should be signed and submitted with technical/business proposals) Attachment No. 12: American Recovery and Reinvestment Act (ARRA) Reporting Requirements Attachment No. 13: FAR 52.212-3-Representations and Certifications (must be completed and submitted with your business proposal) Attachment No. 14: Infectious Disease Reporting Requirements and Compliance Forms Attachment No. 15: Configuration Management Plan for the Clinical Research Information System (CRIS) Attachment No. 16: POPIDS Detailed Requirements Response Template Attachment No. 17: Privacy Act System of Records The following Provisions and Clauses apply: • FAR 52.212-1 Instruction to Offerors/Commercial Items (see Attachment No. 5 for additional proposal preparation instructions) (June 2008), • FAR 52.212-2 Evaluation - Commercial Items (Jan 1999), • FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (August 2009), • FAR 52.212-4 Contract Terms and Conditions Commercial Items (March 2009), • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2009) • FAR 52.223-6 Drug Free Workplace (May 2001), • FAR Clause 52.227-14 RIGHTS IN DATA - General (Dec 2007), • FAR Clause 52.234-2 Notice of Earned Value Management System - Pre-Award IBR (July 2006) • FAR Clause 52.234-3 Notice of Earned Value Management System-Post-Award IBR (July 2006) • FAR Clause 52.234-4 Earned Value Management System (July 2006) The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: • FAR 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) • FAR Clause 52.222-3 Convict Labor (June 2003) • FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (August 2009) • FAR Clause 52.222-26 Equal Opportunity (March 2007), • FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), • FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), • FAR Clause 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003). Full text copies of the representations and certifications for the other cited provisions and clauses may be obtained online at the NCI website at http://amb.nci.nih.gov or from Ann Argaman Contract Specialist at aargaman@cc.nih.gov.. The full text of the Federal Acquisition Regulations (FAR) can be accessed on the internet at www.arnet.gov/far. Offers must be submitted on an SF 1449 that is signed by an authorized representative of the offeror and include a completed Schedule of Offered Supplies/Services. Offers must be accompanied by a completed and signed Representations and Certifications-Commercial items with Duns Number addendum. Offers must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the offer meets all of the foregoing requirements. ADDITIONAL PROPOSAL INSTRUCTIONS: Detailed proposal preparation instructions are delineated in Attachment No. 5 to this combined synopsis/solicitation. Please note that Offerors must also complete FAR 52.212-3, Representation and Certifications and provide a copy of the valid certifications registrations of the Offerors Central Contractor Registrations (CCR) and Online Representation and Certifications Applications (ORCA) with their technical/business proposal submission. Any questions on this combined synopsis/solicitation must be submitted in writing to Ms. Ann Argaman and received in this office by no later than March 2, 2010. Offers must be received by 2:00 p.m. local time on March 17, 2010. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Ms. Ann Argaman at the address listed in this solicitation. Please reference the solicitation number NIHCL000057 on your offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIHCL20100057/listing.html)
 
Place of Performance
Address: NIH Clinical Center Pharmacy Department, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02065962-W 20100218/100216234522-da64153d9fe8745ff296a76891b59995 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.