Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
DOCUMENT

K -- Pharmacy ScriptPro Hardware and Software Upgrade Baton Rouge CBOC - 36C256-18-AP-1266 - Attachment

Notice Date
8/22/2018
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618U0038
 
Response Due
8/28/2018
 
Archive Date
10/27/2018
 
Point of Contact
Gary Baker
 
E-Mail Address
6-8511<br
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERAN AFFAIRS NETWORK CONTRACTING OFFICE 16 1515 Poydras Street, Suite 1100 New Orleans LA 70112 Date: 8//22/2018 Notice: Combine Synopsis Solicitation Set Aside: VOSB Date: August 22, 2018 Year: 2018 Contracting Office Zip Code: 70112 Classification Code: K070 Contracting Office Address: 1515 Poydras Street Subject: Script Pro Automated Medication Dispensing System Proposed Solicitation Number: 36C25618U0038 Closing Response Date: 8/28/2018 1400hrs Contract Point or Contracting Officer: Gary Baker Place of Contract Performance: 7968 Essen Park Ave Baton Rouge LA. Description: This a combine synopsis/solicitation for commercial service prepared in accordance with the format in Federal Acquisition Regulation (F.A.R.), Subpart 12.6 as supplement with additional information included in this notice. This announcement constitutes the only solicitation; proposals are begin requested and a written solicitation will not be issued. When determining best value, factors that will be considered are past performance, and price. The solicitation number is 36C25618U0038, and is issued as an RFQ, submitted quotes will be emailed to Gary.Baker3@va.gov, telephone quotes submitted will be considered a no bid. This contract will be for the installation of software for the Script-Pro Automated Medication Dispensing System. Ensure that each submitted bid has the solicitation number on each page. The solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular 2005-55 The solicitation is being issued as veteran owned small business set aside; the associated NACIS code is 541990. The size standards are small business. This is a combine solicitation/synopsis is to provide and install software and equipment to upgrade the existing Script-Pro Automated Medication Dispensing System at Southeast Louisiana Veterans Health Care System s (SLVHCS) Baton Rouge Community-Based Outpatient Clinic (CBOC), 7968 ESSEN PARK AVE, BATON ROUGE, LA. All interested companies shall provide bids for the following listed salient characteristics, and detail listed on the performance statement of work. Salient Characteristics: Must be Windows 7 or newer Operating System Must be Server 2012 or newer server Operating System SP Data-point pharmacy data terminal upgrade compatible with software upgrade (quantity: 6) Pharmacy printers (quantity: 4) Electronic signature device (quantity: 2) PIV scanner (quantity: 8) Conversion of SP 200 to bulk load vial dispenser Virus protection interface upgrade (platform system) Host-based system security (platform system) Full disk encryption CPU Upgrade of operating system to Windows 10 CPU upgrade of operating system to Server2012, SQL 2014 for the system database Preformance Work Statement: PURPOSE The purpose is to provide and install software and equipment to upgrade the existing ScriptPro Automated Medication Dispensing System at Southeast Louisiana Veterans Health Care System s (SLVHCS) Baton Rouge Community-Based Outpatient Clinic (CBOC), 7968 ESSEN PARK AVE, BATON ROUGE, LA. SCOPE The Contractor shall provide and install Windows 7 or above and Server 2012 or above software upgrades to the existing ScriptPro Pharmacy system in Baton Rouge, LA. All equipment must interface with the existing ScriptPro hardware currently in place at the Baton Rouge CBOC. The Contractor shall furnish all supplies, equipment, facilities, licenses, services and labor required for delivery, installation and integration of the equipment and software. The Contractor is responsible for any missing parts and components not included in order to carry out and complete the installation. Salient Characteristics: ScriptPro Upgrade Must be Windows 7 or newer Operating System Must be Server2012 or newer server Operating System SP Datapoint pharmacy data terminal upgrade compatible with software upgrade (quantity: 6) Pharmacy printers (quantity: 4) Electronic signature device (quantity: 2) PIV scanner (quantity: 8) Conversion of SP 200 to bulk load vial dispenser Virus protection interface upgrade (platform system) Host-based system security (platform system Full disk encryption CPU Upgrade of operating system to Windows 10 CPU upgrade of operating system to Server2012, SQL 2014 for the system database DELIVERY Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System Baton Rouge CBOC, 7968 ESSEN PARK AVE, BATON ROUGE, LA 70809 in accordance with the timeline listed in 4.1. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, and storage. Maintain protective covering in place and in good repair until delivery is necessary. INSTALLATION The system shall be installed, operational, and commissioned by Monday, October 1, 2018. All equipment must be installed according to the manufacturer s instructions. All work shall be completed between 7:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. If there is an operational conflict with installation, night or weekend installation may be required. The contractor and COR must both agree to the extended hours without any additional costs to the government. The contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. There shall be no smoking on the SLVHCS property. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery and upon installation of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. DELIVERABLES Operation and Maintenance Manuals Binders - Quantity (1) each for all equipment included Digital Copies- Quantity (1) each for all equipment included Contractor shall deliver a summary programming diagram detailing operation and maintenance of the systems Contractor shall provide onsite end user training Contractor shall provide onsite technical/biomedical training WARRANTY The Contractor shall provide Manufacturer s warranty on parts One (1) year labor warranty PERFORMANCE REQUIREMENT SUMMARY Performance Standard PWS Paragraph Performance Threshold Surveillance Method Quality 2 No damage to the building COR review of installation Installation/ Removal product was uncrated, and assembled per manufacturer s instructions and per customer s approved final design within the allotted time frame and all trash is removed daily. 3 No more than one (1) missed installation completion date. COR review of installation Acceptance All punch list items have been remedied and all product is in proper working condition. 4 No unresolved punch list items COR review of final installation SECURITY REQUIREMENTS 10.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. End of Performance Statement of Work. Oral communications are not acceptable in response to this notice; interested parties may identify their interest and capability to respond to this requirement no later than 1400 hrs on 8/28/2018, offers submitted past the appointed time shall be considered a no bid. Prospective offerors will be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database at http://www.sam.gov, and Vendor Information Pages (VIP) https://www.vip.vetbiz.va.gov/ prior to award of a contract. If you have any questions concerning this request, please contact Gary Baker at Gary.Baker3@va.gov, or call 504-566-8511. Any answered questions concerning work to be performed or qualifications will be posted as an amendment to the RFQ. All bids should be submitted to Gary.Baker3@va.gov no later than the posted date. It s the requestor s responsibility to monitor the site for any posted amendments. Contracting Officer s Address: Gary Baker 1515 Poydras Street, Suite 1100 New Orleans, Louisiana 70112 United States Place of Performance Southeast Louisiana Veterans Health Care System s (SLVHCS) Baton Rouge Community-Based Outpatient Clinic (CBOC), 7968 ESSEN PARK AVE, BATON ROUGE, LA. Primary Point of Contact Gary Baker Gary.Baker3@va.gov Phone: 504-507-4143 Fax: 504-566-8578
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618U0038/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618U0038 36C25618U0038_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556240&FileName=36C25618U0038-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4556240&FileName=36C25618U0038-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05050035-W 20180824/180822230956-fd43944793d33d8a9bd4aa0d10e534b6 (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.