DOCUMENT
J -- 36C25818Q0248 SCRIPTPRO Inventory Management - Attachment
- Notice Date
- 5/8/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- 36C25818Q0248
- Response Due
- 5/11/2018
- Archive Date
- 5/14/2018
- Point of Contact
- Derrick Fletcher
- E-Mail Address
-
5-4339<br
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- Combined synopsis /solicitation for commercial items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 36C25818Q0248 and is issued as an invitation request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97 01/24/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 Other Electronic and Precision Equipment Repair and Maintenance with a small business size standard of 1000 Employees. This requirement is a Full and Open Competition with exclusion to Service Disable Veteran Owned Small Business only qualified CVE offerors may submit bids. The solicitation pricing on posting should be consistent with the attached price cost schedule. The date this solicitation is posted and will end on (close date) 12:00:00.0 Eastern Time or as otherwise displayed at www.FBO.gov. Bid packages shall be e-mailed to derrick.fletcher@va.gov before the solicitation close date and time. The Department of Veteran Affairs, VHA requires the following items, Purchase Description Determined by Line Item, to the following: SOW/Price Cost schedule 1.SOW 2.Contract Title. ScriptPro Upgrade SIM 3.Background. ScriptPro is at the core of out outpatient pharmacy prescription processing workflow. We have been using ScriptPro since late 2006 and it has improved safety and throughput for local prescription processing. ScriptPro allows us to fill patient prescriptions efficiently while meeting or exceeding guidelines set by VHA directive and federal law. Since deploying an inventory-management system, outpatient pharmacy inventory turns quadrupled from six to twenty-five. The efficient use of inventory saves money, reduces waste and ensures that stock is available when needed. 4.Scope. The contract shall include complete delivery of all necessary hardware, software and implementation services required to properly complete SAVAHCS Outpatient Pharmacy Automation Upgrade. Minimum applicable task and specification and/or standards required are explained below: The system shall be required to utilize the VistA Outpatient Pharmacy Automation Interface for inbound and outbound prescription messages and actions. It shall be linked to a common drug database that matches the VHA drug file drug to the vendor drug file. It shall also direct interface messages to multiple locations. It shall provide a direct interface with VistA pharmacy computer system and manage workflow on automated dispensing systems and to link the automated dispensing systems to share common database information. System communication shall be through the VPN communication. SAVAHCS shall require a system with a real time perpetual inventory system that is integrated into the automation workflow. It shall be able to accurately track medications throughout the entire cycle from ordering, to receipt, to filling, and to dispensing, including items returned to stock. It shall adjust re-ordering points and quantities from dispensing data, not from prior order data. It shall include automated and manual means for prime vendor ordering and receipt of medications. Reporting capabilities shall be included and medication storage location identification shall be retrievable from the workstations during any point of the dispensing or ordering processes. 5.Specific Tasks. Upgrade ScriptPro hardware and software to implement security enhancements. This includes upgrading operating systems to OI&T/NIST endorsed standards. 5.1 Task 1 Install ScriptPro Inventory Management Module (SIM) 5.1.1 Inventory management software shall: A.Be capable of real time inventory tracking and inventory receiving within ScriptPro system. B.Be compatible and interface with current ScriptPro Worfklow system. C.Be capable of connecting with the VA Prime Vendor (McKesson) for automated ordermanagement and electronic transmission. D.Run on Windows 7 5.1.2 The contractor shall install the software module and perform all necessary tests to ensure proper installation and functionality. 5.1.3 The contractor shall provide training to the pharmacy users on ScriptPro inventory management module software, with specialized training to pharmacy super users. 5.1.4 The contractor shall perform a data conversion at the time specified by the pharmacy project lead. 5.1.5 The contractor shall provide support during and after the conversion as needed to pharmacy staff. 5.1.6 Shall install additional data point to be used by procurement technician. 5.1.7 Shall install PIV cardreaders at each existing ScriptPro data point. Deliverables: Successful installation testing and, where applicable, staff training 6.Performance Monitoring Pharmacy Service Line staff shall test new SIM equipment to assure proper working order prior to accepting receipt of the items and services. 7.Security Requirements The proposed project uses an existing Virtual Local Area Network (VLAN), standing HL7 interfaces and existing secure vendor remote access. In addition, the proposed project requires vendor access into restricted areas (pharmacy); SAVAHCS staff shall accompany the installation team throughout the install and shall be present any time the installation team/manager (contractor) is in a physically secured area. 8.Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Not applicable, the contractor shall not utilize any GFE or GFI, which is outside of current ScriptPro standard operating procedures, during the installation. 9.Other Pertinent Information or Special Considerations. This system is located on a secured Virtual Local Area Network (VLAN). The system, while using VA IT resources for networking, does not link, nor have access to, other VA network resources. a.Identification of Possible Follow-on Work. N/A b.Identification of Potential Conflicts of Interest (COI). There are no known conflicts of interest c.Identification of Non-Disclosure Requirements. There are no known non-disclosure requirements d.Packaging, Packing and Shipping Instructions. All systems/components/software are to be shipped to their final destinations prior to installation; any associated shipping costs shall be included in the contract. e.Inspection and Acceptance Criteria. As mentioned previously, the COR and/or her representatives shall test the equipment prior to acceptance. We currently utilize ScriptPro in our workflow and shall run test scenarios that mirror regular workflow to assure the installed updates/systems are working properly. 10.Risk Control The system upgrade presents no additional infection, physical security and/or information security risk. To the contrary, the proposed upgrades shall enhance information security. 11.Place of Performance. Government sites: Southern Arizona VA Health Care System main campus (Tucson, AZ) 12.Period of Performance. This is a single purchase of commodities and installation of commodities. The period of performance is the installation period, which shall not exceed 1 month for all purchased merchandise. 13.Delivery Schedule. 1 Install SIM Contractor-Determined Format #1 SIM Software Package #1 Data Conversion #1 ScriptPro Data Point #19 PIV card readers 60 DAY ARO ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by e-mail to derrick.fletcher@va.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be freight on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (see attached for location) This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and Also see attached documents. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. See attached document: 36C25818Q0248 final.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q0248/listing.html)
- Document(s)
- Attachment
- File Name: 36C25818Q0248 36C25818Q0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288648&FileName=36C25818Q0248-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288648&FileName=36C25818Q0248-000.docx
- File Name: 36C25818Q0248 36C25818Q0248 05 08 2018.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288649&FileName=36C25818Q0248-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288649&FileName=36C25818Q0248-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25818Q0248 36C25818Q0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288648&FileName=36C25818Q0248-000.docx)
- Place of Performance
- Address: Southern AZ VA Health Care System;3601 S 6th Ave;Tucson, AZ
- Zip Code: 85723
- Zip Code: 85723
- Record
- SN04914054-W 20180510/180508230817-168debebad5f0d95993c7ac59cf3bac5 (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 |