Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
SOURCES SOUGHT

65 -- 626-21-2-313-0100 - 626-21-2-313-0101 - Robotic Prescription Dispensing System

Notice Date
5/7/2021 11:57:50 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24921Q0289
 
Response Due
5/14/2021 2:00:00 PM
 
Archive Date
07/13/2021
 
Point of Contact
Darrin J Nicholson, Contracting Specialist, Phone: 615-225-6641
 
E-Mail Address
Darrin.Nicholson@va.gov
(Darrin.Nicholson@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice (SSN) is being issued on behalf of the Tennessee Valley Healthcare Service, as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for a firm-fixed-priced contract for the ScriptPro Robotic Prescription Dispensing System. The result of this market research will contribute to determining the method of procurement. This Sources Sought will utilize North American Industry Classification System (NAICS) code 339112 Surgical and Medical Instrument Manufacturing with a size standard of 1000 employees, using PSC 6515, Medical and Surgical Instruments, Equipment, and Supplies. THIS IS NOT A SOLICITATION. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this request for information is purely voluntary; and the government assumes no financial responsibility for any costs incurred. The Department of Veterans Affairs, Network Contracting Office 9 (NCO 9) is pursuing a BRAND NAME acquisition strategy and seeking potential sources for products detailed below to be provided to the Nashville VA Medical Center at 3210 24th Ave South, Nashville, TN 37212 and the Alvin C. York VA Medical Center at 3400 Lebanon Pike, Murfreesboro, TN 37129. All items shall be new; refurbished/used items are not acceptable. Brand name requirement includes: Manufacturer Item Description ScriptPro USA, INC SP 200/CCC (6 slot) Robotic Prescription Dispensing System with 6 slot Collating Control Center ScriptPro USA, INC Smart Card Scanner Smart Card Scanner ScriptPro USA, INC Robotic Cell Multiplexor Robotic Cell Multiplexor for SPx00 Robots ScriptPro USA, INC Full Disk Encryption (per covered Server computer) Full Disk Encryption (per covered Server computer) ScriptPro USA, INC BUP/RAS/PSP Factory Upgrade, Server OS 2012+, SQL 2014+ Server Upgrade: Windows 2012+ Operating System and SQL 2014+ Database Upgrade for the Backup, Remote Access, or Pharmacy Services Portal Server ScriptPro USA, INC SPDP/NB Factory Upgrade, i5, Windows 10 Client Upgrade: Windows 10 Operating System and i5 Computer Hardware Upgrade for the SP Datapoint or Notice Board ScriptPro USA, INC SPDP/NB/KIOSK Factory Upgrade, Windows 10 Client Upgrade: Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board ScriptPro USA, INC KIOSK Factory Upgrade, i5, Windows 10 Client Upgrade: Windows 10 Operating System and i5 Computer Hardware Upgrade for SP Kiosk If your organization has the potential capacity to provide the Brand Name products or the capable to provide supplies that can be determined EQUIVALENT to the products listed above. Please provide details on proposed EQUIVALENT products such as manufacturer name, part number, and complete description. requirement, please provide the following information: Organization name, address, point of contact, email address, web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 339112. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational capability. Response to this SSN shall not exceed 10 pages and should include all the previously mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). The government will evaluate market information to ascertain potential market capacity to: Provide supplies/services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Implement a successful plan that includes compliance with program schedules; cost containment; meeting and tracking performance. Provide supplies/services under a firm-fixed-price contract. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry https://www.vip.vetbiz.va.gov/ Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, or procured through full and open competition. Submission Instructions: Interested parties who consider themselves qualified to provide products and perform services are invited to submit a response to this SSN by 4:00 pm Central, May 14, 2021. All responses under this SSN must be emailed to Darrin.nicholson@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to meet the requirement. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in BetaSAM. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67bcffcec64f4ac99357343c3c440819/view)
 
Record
SN05995758-F 20210509/210507230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.