Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2019 FBO #6407
SOURCES SOUGHT

65 -- VISN5 Medication Distribution System-Multi-Award BPA

Notice Date
6/7/2019
 
Notice Type
Synopsis
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Maryland Health Care System;Contracting Officer (90C);P.O. Box 1000, Bldg. 101, Room 26;Perry Point MD 21902
 
ZIP Code
21902
 
Solicitation Number
36C24519Q0392
 
Response Due
6/18/2019
 
Archive Date
9/16/2019
 
Point of Contact
Kami Hom
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Point of Use Automated Medical Supply Dispensing System DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future RFP will not be entertained. SUBJECT: The Department of Veterans Affairs is conducting market research to provide a Point of Use Automated Medical Supply Dispensing System. The government anticipates awarding a one five (5) year BPA to multiply Vendors that will provide the support services listed within the below attachment. OBJECTIVE: See attachment. RESPONSE INSTRUCTIONS: Name and Address of Company Any small business designation as certified by the Small Business Administration A through description of experience in managing support requirements of this nature. CONTACT INFORMATION: Any questions related to this RFI shall be directed to Kami Hom at Kami.Hom@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this RFI shall be submitted via email to Kami.Hom@va.gov no later than 4:00 pm EST on 6/18/2018. Attachment 1 Background: The purpose for this BPA is to provide an efficient procurement vehicle for upgrading existing Omnicell and Pyxis medication management systems. VA Capitol Health Care Network (VISN 05), is requesting a Blanket Purchase Agreement (BPA) for Point of Use (POU) medical product dispensing systems to upgrade current supply systems. The systems are to be installed and used to support single server integration to Veterans Affairs (VA) inventory management system and shall be able to integrate with existing point-of-use (POU) systems including software, where Omnicell and Pyxis systems are in use in medical centers, and Community Based Outreach Clinics (CBOC) throughout the VA Capitol Health Care Network (VISN 05). INTRODUCTION In the spirit of the Federal Acquisition Streamlining Act, the Department of Veterans Affairs (DVA) and OMNICELL, INC.; and the Department of Veterans Affairs (DVA) and CAREFUSION SOLUTIONS, LLC hereby enter into a cooperative agreement, otherwise referred to as a Blanket Purchase Agreement (BPA), to further reduce the administrative costs of acquiring supplies/services from the General Services Administration (GSA) Federal Supply Schedule Contract No. V797D-30111 (Omnicell) and Contract No. V797P-4012B (Carefusion). Federal Supply Schedule contract BPA's eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Supply Schedule Contractors in accordance with Federal Acquisition Regulation (FAR) Subpart 9.6. The agreement details all supplies and services with accompanying prices and descriptions, which may be ordered under this multiple award BPA. TERMS AND CONDITIONS All orders placed against this multiple award BPA are subject to the terms and conditions of the GSA FSS Contract V797D-30111 or VA797P-4012B respectively, including all clauses and provisions whether in full text or incorporated by reference. Pursuant to GSA FSS Schedule Contract No. V797D-30111 and VA797P-4012B, regarding Blanket Purchase Agreements, the Contractor (s) agree to the following terms of a Blanket Purchase Agreement (BPA) exclusively WITH the Department of Veterans Affairs. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. TECHNICAL REQUIREMENTS POU systems shall be configurable supply cabinets, with one main unit per supply area plus any additional cabinets needed. Modular design to facilitate customizing each supply area, including 1, 2 or 3 cells or columns. These cells shall be configurable for a variety of options, (i.e. with shelves, drawers, cath or suture racks). Vendor shall provide a minimum of two copies of any service, technical or operational data manuals either in hard or electronic form for each individual system procured by delivery order. System warranties, extended warranties and/or service maintenance agreements shall provide for any standard upgrades or updates to software and hardware during the covered period at no additional charge. POU systems shall meet the following salient characteristics: Multiple sizes with configurable combinations Mobile cart options Backup power system, alarmed- UPS Seismic security devices- levelers Ability to interface with VA Generic Inventory Package (GIP) software Cabinets meet the following characteristics: Secure Tamper-proof Metal locking lidded drawers Software characteristics: Ability to store patient specific modifications in patient specific bins Ability to Integrate with VA Patient Admit, Discharge, Transfer (ADT) information software Server application for operational management of multiple systems for a single, or across multiple facilities. Capable of expanding to a VISN-wide Enterprise Solution for single entry management. Capable of interfacing with current POU systems Real-time system capable of tracking and managing inventory Capable of both standard and customizable reports Automatic data backup and recovery Failed system - emergency manual keyed entry Remote monitoring capabilities Supported Operating System (e.g. Windows 7, Windows 10, Linux, etc.) TRAINING The Contractor shall provide product related training to designated staff to ensure usage and maintainability of the POU systems in accordance with their FSS contract. System training shall be conducted prior to the system going live and shall be conducted at various times to meet the needs of multiple VA work shifts. Contractor shall provide additional professional training opportunities in accordance with their Federal Supply Schedule contract for designated staff technicians for the maintenance and troubleshooting to qualify them to completely maintain the automated supply distribution system. The technicians will be trained to diagnose failures, perform repairs, verify proper operation, and perform quality assurance checks required for PM standards. All training shall be coordinated with the designated Contracting Officer s Representative for each delivery order. Training materials provided (instructional texts, audio-visual materials) will become the property of the government and will be reproduced as needed. VISN 05 LOCATIONS (Omnicell) This list of locations is for reference only. There may be locations not yet on the list or locations added during the term of the BPA. Station 512 VA Maryland Healthcare System, 10 N Greene St, Baltimore, MD 21201 Perry Point VA Medical Center, 515 Broad Street, Perry Point, MD 21902-9998 Loch Raven VA Medical Center, 3901 The Alameda, Baltimore, MD 21218-2100 Baltimore VA Annex, 209 West Fayette Street, Baltimore, MD 21201 Cambridge VA Clinic, 830 Chesapeake Drive, Cambridge, MD 21613-9408 Eastern Baltimore County VA Clinic, 5235 King Avenue Franklin Square Professional Center Suite 200, Rosedale, MD 21237-4068 Fort Meade VA Clinic, 2479 5th Street, Fort Meade, MD 20755-0000 Glen Burnie VA Clinic, 808 Landmark Drive, Suite 128, Glen Burnie, MD 21061-4983 Pocomoke City VA Clinic, 1701 Market Place, Suite 211, Pocomoke City, MD 21851-1738 Station 517 Beckley VA Medical Center, 200 Veterans Ave, Beckley WV 25801-6444 Greenbrier County VA Clinic, 228 Shamrock Lane, Ronceverte, WV 24970-8380 Princeton VA Clinic, 150 Courthouse Road, Princeton, WV 24740-2419 Station 581 Hershel "Woody" Williams VA Medical Center, 1540 Spring Valley Drive, Huntington WV 25704 Charleston VA Clinic, 700 Technology Drive, South Charleston, WV 25309-8571 Gallipolis VA Clinic, 323A Upper River Road, Gallipolis, OH 45631-1840 Lenore VA Clinic, 2867 Route 65, 15 Lenore Business Mall, Williamson, WV 25661-9199 Prestonsburg VA Clinic, 5230 KY Route 321, Suite 8, Prestonsburg, KY 41653-9169 Station 613 Martinsburg VA Medical Center, 510 Butler Avenue, Martinsburg WV 25405 Cumberland VA Clinic, 200 Glen Street, Cumberland, MD 21502-2573 Fort Detrick VA Clinic, 1433 Porter Street Building 1433, Frederick MD 21702-9211 Franklin VA Clinic, 91 Pine Street, Franklin, WV 26807-0000 Hagerstown VA Clinic, 1101 Opal Court, Suite 202, Hagerstown, MD 21740-5941 Harrisonburg VA Clinic, 1755 South High Street, Harrisonburg, VA 22801-1553 Petersburg VA Clinic, 15 Grant Street, Petersburg, WV 26847-1613 Stephen City VA Clinic, 170 Prosperity Drive, Winchester, VA 22602-5356 Station 688 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 Charlotte Hall VA Clinic, 29431 Charlotte Hall Road, Charlotte Hall, MD 20622-3042 Fort Belvoir VA Clinic, 9300 Dewitt Loop, Fort Belvoir, VA 22060-5285 Southeast Washington VA Clinic, 820 Chesapeake Street, SE, Washington, DC 20032 Southern Prince George s County VA Clinic, 5801 Allentown Rd, Suites 104/106, Camp Springs, MD 20746-4563 Montgomery County CBOC, 15810 Gaither Drive, Gaithersburg, MD 20877 VISN 05 LOCATIONS (Carefusion-Pyxis) This list of locations is for reference only. There may be locations not yet on the list or locations added during the term of the BPA. Station 540 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 Braxton Country VA Clinic, 40 Reston Place, Gassaway, WV 26624-7899 Monongalia County VA Clinic, 40 Commerce Drive, Suite 101, Westover, WV 26501-3952 Tucker County VA Clinic, 260 Spruce Street, Parsons, WV 26287-1015 Wood County VA Clinic, 2311 Ohio Avenue, Suite A, Parkersburg, WV 26101-2559 CONTRACTOR STATEMENT Access Authority: Contractor provided hardware and software shall limit the system access to those individuals requiring access to perform their job responsibilities. The contractor hardware and software shall permit only authorized users to have access to the system and its resources. For each object requiring control, the contractor will provide an access list, which specifies the minimum user/groups that need access and their specific rights (e.g., read, write, create, delete). Contractor shall restrict the creating/modifying/deleting of access controls to authorized administrators only and owners of specific objects. Contractor shall check the user access rights to an object, at a minimum, when access to that resource is initiated. Audit and Variance Detection: Contractor provided hardware and software shall provide the capability for systems audit variance detection. Contractor shall maintain, and protect a security audit trail of user and administrator actions so that security relevant events can be traced to a specific user for accountability. Logs should be maintained at a minimum of six (6) months. These audit trails shall provide both MAC (add, moves and changes) and maintenance activities. The systems shall provide a historical audit of all users system configuration activities. Documentation: Contractor provided documentation will include user instructions for the system. Software will include copyright information and licenses. Contractor provided hardware will include all necessary user instructions and manuals. ID & Authentication: Contractor provided hardware and software will include the capability to assign a unique user identification code for accountability and audit ability. Incorrect Login: Contractor provided hardware and software access system shall lock out the user account after three (3) login attempts after which there shall be a delay of at least ten (10) minutes before the next attempt. Invalid ID/Password: Contractor provided hardware and software access systems shall perform the entire user authentication procedure even if the user id or password entered is invalid. The procedure should not include error feedback as to which part of the authentication information is incorrect. Other: The contractor provided software and hardware shall provide System Self-Checking features to validate the correct operation of hardware/firmware, including: power-on tests, loadable tests, and operator-controlled tests, system initialization and recovery i.e. systems initialization and recovery to ensure security features are fully restored. Passwords: Contractor provided hardware and software access shall require passwords of at least eight (8) characters in length, consisting of at least one alphabetic and at least one numeric (e.g. 5,7) and one special (e.g. #, +) character. Shall not indicate if a user has chosen a password already associated with another user. Password shall be stored in a one-way encrypted form. Contractor shall not transmit unencrypted passwords over the network. Contractor shall limit access to encrypted passwords. Shall automatically suppress or fully blot out the clear-text representation of the password on the data entry/display device. Contractor shall prohibit login without password. Shall permit only authorized administrators to set/reset temporary password. Contractor shall require users to change password (from which users change on first log-in) every 90 days, administrators every 30 days. Contractor shall prohibit the reuse of passwords by the same user for at least six months. Contractor shall provide users with advance notice of password expiration by providing additional log-ons prior to requiring the new password. Personnel Screening: The contractor staff and subcontractors must complete background screening before access is permitted to VA systems. Production: Contractor provided hardware and software shall provide the capability to handle input/output storage and disposal of sensitive materials (e.g., paper, diskettes, etc.) which are generated by that system. Remote Access: Remote access will only be permitted on a per-demand VA supervised dial- in/out basis. Security: The contractor provided software and hardware shall provide restricted management access capabilities for displaying, modifying, or deleting user account information. It shall provide a means to uniquely identify: 1) security attributes for a user, 2) all the users associated with an attribute, and 3) definition and maintenance of groups. It shall be capable of defining and maintaining security controls for subjects (e.g., users, groups) and objects (e.g., directories, files, resources) using defined access rights (e.g., read, write, execute). Systems Entry: Contractor provided software shall limit the number of login sessions the single user can use to log into the system from different workstations. The system shall only grant entry to a user if the systems administrator has created a user access profile. Shall upon entry into the system, the system shall display date, and time of users last successful entry, number of unsuccessful entry attempts. Contractor shall terminate an interactive session after an administrator specified interval of user inactivity. The default shall be fifteen minutes (depends upon system s rules and current VHA policy). Training: Contractor personnel performing the same duties as employees shall be required to attend the same security training. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JUN-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/VAMHCS512/VAMHCS512/36C24519Q0392/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VISN 5 - Multiple Sites;Some of the sites are listed below;Baltimore, MD Washington, DC;Martinsburg, WV Clarksburg, WV
Zip Code: 21902
Country: USA
 
Record
SN05334674-F 20190609/190607230019 (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.