Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2016 FBO #5221
DOCUMENT

35 -- Full Service Contract-Scriptpro Robotic Prescription Dispensing System - Attachment

Notice Date
3/8/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Purchasing and Contracting NCO 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25616N0334
 
Response Due
3/10/2016
 
Archive Date
3/25/2016
 
Point of Contact
Jarvis Washington
 
E-Mail Address
olcombe
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 1. Title: Corrective Maintenance Service for ScriptPro Prescription Dispensing System 2. Purpose: Seeking contractors with the capability to furnish all labor, certifications, equipment, all necessary skilled and certified labor for the original equipment manufacturer, materials, parts, software, transportation, travel, and supervision to provide Preventive Maintenance and Repair Services (PMRS) to the government-owned equipment listed below: 1.ScriptPro Prescription Dispensing System M/N SP200, S/N 0003837-01, includes 1 SP central server, 1 SP station, 6 SP control station, 2 SP checkpoint, 2 electronic signature device, 3 notification board, and virus protection located in Lufkin Out-patient Clinic 2.ScriptPro Prescription Dispensing System M/N SP200, S/N 0003551-01, includes 1 SP central server, 1 SP station, 6 SP control station, 2 SP checkpoint, 2 electronic signature device, 3 notification board, and virus protection located in Beaumont Out-patient Clinic. NAIC: 811219 SIZE STANDARDS: 20.5m 3. Objective: To find qualified and certified contractors with the capability to perform preventive maintenance and repair services on the specific identified equipment to meet original equipment manufacturer (OEM) maintenance requirements standards and provide system administration. The contractor shall have the ability to access, develop, maintain, and update as necessary, in addition to the Standard Operating Procedures, Process Documents, Equipment service manuals, and other documentation necessary to comply with government requirements. 4. Responses Requested: The MEDVAMC requires the following questions answered in this RFI: a. Name of Potential Contractor that possess the capability to perform this work. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. b. Is your company a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern? i. Please provide proof of qualifications. ii. Provide explanation if company will be performing 51% of the work. c. Provide a list of active and inactive sales for commercial, federal, state, and local governments. d. Is your company available under any Government Wide Agency Contract (GWAC), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. e. Provide a short summary (two pages or less) of your potential approach to this type of contract and meeting the specific maintenance requirements for the identified equipment and your experience managing similar contracts with similar equipment. The summary shall also address the following: i. Provide an explanation of how your company will access the latest software and equipment updates and modifications for this specialized equipment.. ii. Does your company have access to the source code and programming rights on the listed systems? If not, provide an explanation on how your company would get the work performed. 5. Opportunity (See Draft Statement of Work): The MEDVAMC,is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition available in the industry. 6. Instructions and Response Guidelines: All questions shall be submitted by March 15, 2016 by 10:00a.m. (CST) via email to jarvis.washington@va.gov. RFI responses are due by Tuesday March 15, 2016 by 10:00a.m. (CST); size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to jarvis.washington@va.gov. The subject line shall read: Service contract for ScriptPro Preventative Maintenance and Repair. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(d). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA Portal. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. 7. Contact Information: Contract Specialist, Jarvis Washington Email address: Jarvis.washington@va.gov. Draft Statement of Work Corrective Maintenance Service for ScriptPro Prescription Dispensing System DRAFT GENERAL REQUIREMENT I. Contractor shall provide all labor, materials, parts, equipment, tools, travel, and supervision for the calibration, preventive, and/or corrective maintenance services to the government-owned equipment listed below: 1. ScriptPro Prescription Dispensing System M/N SP200, S/N 0003837-01, includes 1 SP central server, 1 SP station, 6 SP control station, 2 SP checkpoint, 2 electronic signature device, 3 notification board, and virus protection located in Lufkin Out-patient Clinic 2. ScriptPro Prescription Dispensing System M/N SP200, S/N 0003551-01, includes 1 SP central server, 1 SP station, 6 SP control station, 2 SP checkpoint, 2 electronic signature device, 3 notification board, and virus protection located in Beaumont Out-patient Clinic. II. Period of Performance: April 1, 2016 to March 31, 2017 plus four one year option periods. III. Contract Type: Firm Fixed Priced DRAFT SPECIFIC REQUIREMENTS I.LICENSES AND/OR PERMITS The Contractor shall obtain all necessary licenses and/or permits required to perform the work under this contract in Texas. All costs associated with obtaining necessary licenses and/or permits shall be Contractor's responsibility. The contractor shall be authorized by the manufacture in writing to perform maintenance and repairs to the referenced products. II.CALIBRATION, PREVENTIVE MAINTENANCE AND SERVICE The Contractor shall provide quarterly calibration and preventive maintenance inspections, beginning in April. The calibration procedure will consist of calibrating the entire instrument to traceable calibration standards. The instrument shall be cleaned. Worn or defective parts shall be replaced when necessary, as per manufacturer's specifications. Preventive maintenance inspections shall be scheduled, at least three (3) days in advance, with the Contracting Officer' Representative (COR). Service also includes all necessary intervening service calls required to replace any worn or defective part needed due to instrument failure. The VA will provide first call service, which includes trying to resolve any problem first before calling the Contractor. IV.ADDITIONAL SERVICES 1.Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date provided that the Contractor is notified of any deficiencies at least one (1) day before the contract expiration date. Any changes, updates or retrofits made on any component or system shall be reported to the COR for annotation on station equipment manuals and records. For any service call made during normal working hours, the Contractor's repairman shall report their arrival and departure to the COR. Contractor shall include, at no extra charge, any engineering and software update necessary for continued optimum operation of the equipment listed in this contract. The Contractor 's repairman shall complete a full service report, in writing, after each service call (emergency or scheduled) and submit either a hard copy or an electronic version of this report to the COR within 5 days after the service day. V. INCLUDED WORK 1. Provide 24-hour 7 days per week emergency callback service, which shall consist of promptly responding to calls within two hours for emergency service. Emergency callback service is defined as outside the normal working hours of the assigned technician(s), typically 7am-3:30pm; 7:30am-4:00pm or 8am-4:30pm; Monday through Friday and 24 hours per day Saturday, Sunday and Federal Holidays. Should a shutdown or emergency trouble develop between regular examinations, emergency service call back response time Monday through Friday during normal technician working hours excluding Federal Holidays shall be fifteen minutes. Federal Holidays are: MLK Day, Presidents Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veterans Day, Thanksgiving, Christmas, and New Year's Day. 2.Emergency service or repairs authorized by the COR, which occur after the VA normal business hours of operation, shall be accomplished at the overtime-hourly rates specified in the pricing schedule. The VA will be responsible for premium portion of the overtime rate only. All overtime service calls shall be handled by one repairman only unless approved in advance by the COR. If regular timework must be carried over and the Contractor wishes to continue to work beyond the VA normal business hours of operation, authorization for overtime work must be obtained from the COR before proceeding. 3.The Contractor shall respond to service calls, within one (1) hour for telephonic response, and on-site within four (4) hours. This requirement for response time shall be the same for both services calls during the VA normal business hours and after-hour service calls. Corrective work shall be completed within forty-eight (48) hours from telephone contact time. 4.All work shall be performed by competent, experienced and factory-trained to work on the specific equipment. All work performed shall be first-class and accomplished in accordance with manufacturer's instructions, including but not limited to adjustments, calibrations, cleaning, lubricating, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in first-class operating condition. All work shall be performed to the satisfaction of the COR who will inspect the repairman's work and indicate his approval on a signed statement prior to the repairman's departure from the premises. 5.Service calls during the VA normal business hours and related to malfunctions not successfully preempted by preventive maintenance services shall be at no additional cost to the Government. Repair service calls shall not take time away from preventive maintenance and other requirements required under this contract. 6.The Government shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. VI.PARTS: 1.The Contractor shall furnish only new standard parts. All parts shall be of current manufacture and shall have versatility with presently installed equipment. 2.All new installed replacement parts become the property of the Government. Replaced parts shall be disposed of by the Contractor at no extra cost to the Government after obtaining approval from the COTR. Contractor shall be responsible for disposing replaced parts in accordance with applicable federal, state, and local laws. VII.ORDERS 1.All orders for service will be placed by the COTR or his designees, and the Contractor's service representatives shall report to the COTR or his designees prior to the commencement of work and after completing the services. Services to be rendered will be as directed by the COTR, and any changes must receive concurrence of that. VIII.WARRANTY 1. The Contractor shall warrant satisfactory equipment condition for repair and maintenance work outside the contract for a period of ninety (90) days immediately following completion of such work. The Contractor shall warrant satisfactory equipment condition for covered systems for a period of ninety (90) days immediately following the contract expiration date. 2.Warranty service shall be limited to correcting items discovered to be in poor condition due to insufficient upkeep or failure to replace worn parts during the contract period. The Contractor shall correct these deficiencies upon notification by the Contracting Officer. This warranty shall remain valid while other parties perform service on the overall systems in question, provided the individual items requiring warranty service have not been obviously subjected to unnecessary, detrimental treatment by parties other than the Contractor (qualified service performed which is reasonable and necessary to uncover the deficiency shall not void warranty obligations of the Contractor). When directed to correct any such deficiency, the Contractor shall complete the required repairs with the same responsiveness stipulated in Section V, "Performance and Response Time". Each repair performed in satisfying this warranty clause shall include a ninety-day extension of this warranty for the subject item, from the completion date of the related warranty work, as well. IX.SAFETY REQUIREMENTS: 1. In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer, or his/her designee, may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall have one supervisory employee, who will disseminate requirements to those who work at our facility, report to the Safety Manager's office for a one- (1) time training class before working on-site. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly with such notice, the contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default. X. SCHEDULED MAINTENANCE REQUIREMENTS 1. The Contractor shall be responsible for establishing an effective system for accomplishing scheduled and unscheduled maintenance, including a backlog listing of work to be accomplished. The scheduling system and backlog listing shall be available for inspection by the COR at any time. 2. Regular routine maintenance examination shall be performed at a frequency of not less than weekly for all equipment. 3. PMI's are to be performed during administrative hours on the same day of each week. The contractor shall submit, at the beginning of the contract, to the COR, the day of the week he/she intends on performing the required PMI. If the day falls on a holiday the contractor shall perform the required PMI's on the next business day following the holiday. The contractor shall notify the COR if he/she intends on changing the PMI day or if he/she cannot perform the PMI ON schedule. XI.REMOVAL OF EQUIPMENT 1.Should a piece of equipment require repair at the Contractor 's plant, the Contractor shall provide a loaner at no extra charge. Government property cannot be removed from the station without a signed Property Pass. This Property Pass may be obtained from Acquisition & Material Management Service, Personal Property Section, 4A-320 after removal is authorized by the COTR,. The Contractor may not remove equipment from Government site for minor repairs only. The Contractor shall be responsible for damage or loss of equipment while in the Contractor 's charge. XII.DOCUMENTING 1.The contractor shall supply certification of tuberculosis testing completion prior to commencing any work located on the MEDVAMC campus. 2.The Contractor shall maintain a separate maintenance record on each equipment covered under this contract. All maintenance records shall be readily available anytime upon request for inspection by the Contracting Officer, COTR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: look at this (a)Date. (b)Nature of work (i.e. PM or repair services). (c)Description of work performed (contractor should be brief and concise). (d)Any indication of problems experienced. (e)Initial or signature of repairman performing work. XIII.UNIFORMS 1. The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor's name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. XIV.OTHER REQUIREMENTS a)The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the VAMC is a NO SMOKING Facility. Smoking is not permitted in any building. b)Contractor shall have use of station telephones to make business calls related to Medical Center's equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT 1.The Contractor shall not allow his/her employees, including Subcontractors' employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. 2.The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work. End of Scope of Work Interested companies should submit an electronic statement outlining their company's capability and capacity to provide these services to Jarvis.washington@va.gov. Also firms shall provide their business size status in accordance with the small business administration website (www.sba.gov) for the above referenced NACIS code that fall within. Please submit statements of capabilities electronically to jarvis.washington@va.gov no later than Tuesday March 15, 2016 @ 10:00 a.m. CST. Phone inquiries will not be accepted. Please reference announcement number VA256-16-N- 0302 in the subject line of your e-mail. Please provide the below information within you submissions: Vendor Name Address Email and Phone Number Cage Code & DUNS Number Business size FSS Contract Number (if the items are on the GSA Schedule) Capabilities Statement Corrective Maintenance Service for ScriptPro Prescription Dispensing System - Request for Information (RFI)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25616N0334/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-0334 VA256-16-N-0334.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2602832&FileName=VA256-16-N-0334-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2602832&FileName=VA256-16-N-0334-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd;Houston, Tx
Zip Code: 77030
 
Record
SN04043915-W 20160310/160309000100-907b7e832b13a982b45b0f8b0c7eaafd (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.