SOURCES SOUGHT
65 -- Pharmacy Automated Dispensing Cabinets - IDIQ for the Clement J. Zablocki VAMC in Milwaukee, Wisconsin.
- Notice Date
- 5/8/2019
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0586
- Response Due
- 5/14/2019
- Archive Date
- 6/13/2019
- Point of Contact
- 414-844-4813
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214 is performing market research to determine if there is a sufficient number of qualified (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Large business firms capable of providing Pharmacy Automated Dispensing Cabinets, Auxiliary Towers, and Smart Remote Managers that can operate on the existing Pyxis Med Station 4000 Platform at/for the Clement J. Zablocki VAMC in Milwaukee, WI. REQUIREMENTS: The automated dispensing cabinets (ADC) shall provide a no-nurse-count, single dose dispensing solution for medications. ADC shall allow the caregiver to select multiple items to be dispensed at one time. ADC shall allow access using fingerprint technology (i.e. Bio ID) and provide access by both user name and password. Bio ID functionality shall allow the users fingerprint to be changed at the ADC without system administrator involvement. Dispensing cabinet should have pockets within drawers that can be easily changed to meet change in storage needs: changes in drug (i.e. the pocket sizes) can be changed and does not require a change to the drawer. The ADC system shall have a remote locking device for refrigerated medications. ADC system shall have visual guidance for the nurse, clinician, or pharmacy technician during dispense, restock, waste and return processes. ADC software shall allow the caregiver to control dispensing, waste, remotely via the patients profile from an approved computer, either in a nursing unit or workstation on wheels. Shall have the ability to stock individually locked pockets within drawers (premium drawer) in the pharmacy and transport a locked pocket to a cabinet and that pocket can be inserted in any locked drawer. The ADC system will support the VA PADE interface or DSS Rx-Framework interface. The ADC are required to be compatible with the following pieces of the existing Pyxis systems: Med Station 4000 Platform. Double/Single column auxiliary towers. CII Safe double main and double auxiliary tower. ADC Requirements 6-Drawer Main with Premium Drawers Individual closing pocket drawers minimum of 60 single height or 30 double height individual pockets. Each single height individual pocket must hold a minimum of 10-unit dose packaged tablets or two 5ml vials. These pockets shall be configurable as individual, double, or triple size pockets. Individual dose dispensing drawers drawers that can accommodate dispensing of individual doses without allowing access to additional doses. These drawers shall hold 60 individual carpuject syringes or 36 individual 2 - 5-ml vials. The remaining drawers shall be configured to allow for dispensing of non-controlled substances. These drawers shall have a minimum of 48 individual pockets that can each hold a minimum of one 4-oz bottle of liquid or a 30-gram tube of ointment. These pockets shall be configurable to allow for any size pockets from 1 large pocket to the 48 individual pockets. Unless available in another part of the system this drawer shall also be able to add a return bin to allow for returns of medications removed from the machine that are not needed. 5-Drawer Main with Bin and Premium Drawers Individual closing pocket drawers minimum of 60 single height or 30 double height individual pockets. Each single height individual pocket shall hold a minimum of 10-unit dose packaged tablets or two 5-ml vials. These pockets shall be configurable as individual, double, or triple size pockets. Individual dose dispensing drawers drawers that can accommodate dispensing of individual doses without allowing access to additional doses. These drawers must hold 60 individual carpuject syringes or 36 individual 2 5-ml vials. The ADC shall also contain a bin drawer which is used to hold larger products such as IVs. The drawer shall be configurable with at least 12 single pockets that can hold a minimum of one 250-ml IV bag in outer wrap or two 100-ml IV bags in outer wrap. These pockets shall be configurable to allow for any size pockets from 1 large pocket to the 12 individual pockets. The remaining drawers shall be configured to allow for dispensing of non-controlled substances. These drawers shall have a minimum of 48 individual pockets that can each hold a minimum of one 4-oz bottle of liquid or a 30-gram tube of ointment. These pockets must be configurable to allow for any size pockets from 1 large pocket to the 48 individual pockets. Unless available in another part of the system this drawer shall also be able to add a return bin to allow for returns of medications removed from the machine that are not needed. 7-Drawer Auxiliary Tower Each auxiliary must have the specified number of premium drawers (from 0 to 7) which must have the following options: Individual closing pocket drawers minimum of 60 single height or 30 double height individual pockets. Each single height individual pocket must hold a minimum of 10-unit dose packaged tablets or two 5ml vials. These pockets must be configurable as individual, double, or triple size pockets. Individual dose dispensing drawers- drawers that can accommodate dispensing of individual doses without allowing access to additional doses. These drawers must hold 60 individual carpuject syringes or 36 individual 2-5 ml vials. The remaining drawers will be configured to allow for dispensing of non-controlled substances. These drawers should have a minimum of 48 individual pockets that can each hold a minimum of one 4 oz bottle of liquid or a 30-gram tube of ointment. These pockets must be configurable to allow for any size pockets from 1 large pocket to the 48 individual pockets. Unless available in another part of the system this drawer should also have the ability to add a return bin to allow for returns of medications removed from the machine that are not needed. Size / Electrical requirements Space is limited in existing locations - Maximum dimensions are outlined below. Existing electrical shall also be used: Description Maximum Size Electrical 7 drawer auxiliary tower 23"Wx27"Dx50"H 120V 6 drawer main - 3 premium drawers 23"Wx30"Dx55"H 120V 6 drawer main - 3 premium drawers 23"Wx30"Dx55"H 120V 6 drawer main - 4 premium drawers 23"Wx30"Dx55"H 120V 6 drawer main - 5 premium drawers 23"Wx30"Dx55"H 120V 6 drawer main - 5 premium drawers 23"Wx30"Dx55"H 120V 5 drawer main w/bin - 2 premium drawers 23"Wx30"Dx55"H 120V Smart Remote Managers Cable length up to 12ft 120V Training Summarized Min. Requirements: Vendor shall provide on-site go-live support to the facility for a period of at least one week covering all three shifts (Min. 120 hours). Min. 40 hours of training for Pharmacy support personnel to manage the system. Min. 8 hours of Security Module Training for Biomedical Engineering personnel. Warranty Summarized Min. Requirements: Vendor shall provide written notification for items to be ready for acceptance. All items shall be under warranty service terms during pre-acceptance and for 1-year post acceptance. The Government will accept items on a task order basis. Each task order shall be accepted as whole, for establishment of the warranty period of those items. Service Support - Summarized Min. Requirements: For each item supplied under contract: 1-year warranty that includes all services below and four 1-year option years for continued service at the end of the warranty period. On-site preventative maintenance services every 2-years, scheduled Min. 3-days in advance. Replacement of all parts. Hard drives shall be retained by the VA. 24x7 support. All software updates and upgrades. Max. 8-hour response time. Service reports. Periodic Check-in with Pharmacy and/or COR. All interested firms who can meet the requirements stated above should respond, in writing, AND INCLUDE ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Large Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Officer, Thomas Chesak, at thomas.chesak@va.gov no later than 10:00 a.m. (Central Standard Time), 14 May 2019. Pharmacy Automated Dispensing Cabinets for Clement J. Zablocki VAMC shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 339112, Medical and Surgical Instruments, Equipment and Supplies, is applicable to this acquisition; the size standard is 1,000 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0586/listing.html)
- Record
- SN05305003-F 20190510/190508230021 (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 |