SOURCES SOUGHT
65 -- 564-21-3-082-0139 New RFID Cabinets
- Notice Date
- 5/10/2021 2:21:59 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25621Q0905
- Response Due
- 5/18/2021 11:00:00 AM
- Archive Date
- 05/28/2021
- Point of Contact
- Brian Hendren, Procurement Technician, Phone: (479) 444-5006
- E-Mail Address
-
brian.hendren@va.gov
(brian.hendren@va.gov)
- Awardee
- null
- Description
- The purpose for this SOURCE SOUGHT NOTICE is to locate interested companies that can furnish the REQUIREMENTS listed in the attached Statement of Work. The following information is requested in a response to this RFI: 1. General Company information- Offeror's company name, DUNS, full address, point of contact, title, phone number, and email address. Name: Address: Contact Person: Phone number: Email address: DUNS number: Cage Code Number: Company website if available: 2. Business Type Please put a check mark or circle around the type of business you are below: a) Large b) 8(a) c) HubZone d) Small Business e) Small Disadvantaged Business f) Woman Owned Small Business g) Service Disabled Veteran Owned Small Business h) Veteran Owned Small Business ***Note - All Veteran Owned Businesses must be registered in VetBiz at http://www.vip.vetbiz.gov/general_user/register/default.asp to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be verified with the seal/icon or show pending verification in VetBiz Registry (https://www.vip.vetbiz.gov//) to be considered as a SDVOSB or VOSB source. 3. How long has your company provided these services? 4. Provide information for any current or past VA contracts for these products and services. 5. Is your company registered in the System for Award Management at WWW.SAM.GOV? The proposed NAICS code for the procurement is 334510 and the small business size standard is 1,250 employees. Any future RFP will be conducted in accordance with FAR Part 13. The Government may elect to award a Firm Fixed Price contract resulting from the solicitation. Responses to this market survey should be e mailed to brian.hendren@va.gov No telephone responses will be accepted. Please provide a detailed response to the below Statement of Work stating how you can meet all aspects stated. It is requested that responses be received no later than 1:00 pm Central, May 18, 2021. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a separate solicitation announcement. Statement of Work RFID Cabinets 1. Background 1.1. Veterans Healthcare System of the Ozarks (VHSO) is requesting 2 each RFID cabinets with barcode scanners, bins, shelving, and RFID maintenance and data services. The requested RFID cabinets (model TS-032) are required at the VHSO in Fayetteville, AR and the Gene Taylor Clinical Based Outpatient Clinic (CBOC) in Springfield, MO because as per directive, implant coordination must include storage and tracking components, which includes web based and physical location tracking. The physical tracking is done through the RFID storage cabinet that interfaces with the web-based tracking platform. The cabinet scans the stored inventory and communicates with the web-platform (UDI-Tracker) to alert the implant coordinator of costly implants being removed from the cabinet without proper tracking documentation. Appropriate storage and tracking of implants is connected to quality patient care due to potential recalls. 2. Scope 2.1. The Contractor will furnish all labor, transportation, parts, and expertise necessary to provide 2 each TS-032 RFID implant cabinets with barcode scanners, bins, shelving, and RFID maintenance and data services. 3. Salient Characteristics 3.1. Each cabinet must enable web based and physical location tracking of implants. 3.2. Each cabinet must not be larger than 44 inches height x 24 inches width x 24 inches depth. 3.3. Each cabinet must have 7.9 cubic feet of internal usable area. 3.4. Each cabinet must meet the following electrical requirements: 120VAC, 60Hz, 1A. Must not consume more than 84W max. 3.5. Each cabinet must be capable of a minimum of 2 hours battery backup power. 3.6. Each cabinet must possess the following on the cabinet front: USB interface jack, LCD screen, Proximity badge reader, cabinet door with a door handle. 3.7. Each cabinet must possess the following on the back panel: AC On/Off switch, AC power inlet, AC power outlets, WAN ethernet jack, hardware reset, emergency door release, and a buzzer mute switch. 3.8. Each cabinet must be made of metal. 3.9. Each cabinet must include a minimum one year warranty. 3.10. Each cabinet must include RFID maintenance and data services that link the UDI Tracker system to the RFID cabinets which enables the proper accountability of current tissue on hand. The base period for the services will be 8/1/21 thru 9/30/21 with 4 option years. 4. Delivery Schedule 4.1 The requested deliverables and services are required by 8/1/2021. 4.2 The Contractor will deliver 1 each of all deliverables to each of the following addresses and reference the VA s purchase order number as an attention line in the shipping address: Veterans Healthcare System of the Ozarks, Attn: Purchase Order #, Warehouse Building 8, 1100 N. College Avenue, Fayetteville, AR 72703 Gene Taylor Clinical Based Outpatient Clinic, Attn: Purchase Order #, 1850 West Republic Street, Springfield, MO 65807 5. Contractor Requirements: 5.1 The Contractor shall be required to log in with VA Police Dispatch upon arrival at the VHSO or Gene Taylor CBOC to obtain a contractor badge. The Contractor will always visibly wear the badge while on VHSO premises and will be required to turn in the badge before leaving VHSO premises. 5.2 The Contractor shall not perform any service or provide any item that is outside the scope of work without the written approval of the Contracting Officer. DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: 36C256-21-AP-2601 Contracting Activity: Department of Veterans Affairs, NCO 16, Veterans Healthcare System of the Ozarks, 2237: 564-21-3-082-0139 Brief Description of Supplies/ Services required and the intended use/Estimated Amount: 2 sets of TS-032 RFID cabinets with the barcode scanner, bins, shelving, and RFID maintenance and data services for tracking surgical implants at the VHSO in Fayetteville, AR and the Gene Taylor CBOC in Springfield, MO. These RFID cabinets are required at Fayetteville and Springfield because as per VHA Directive 1081.02, implant coordination must include storage and tracking components, which includes web based and physical location tracking. The estimated total amount is $92,324.12. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The cabinets must be web based, compatible with the UDI-Tracker web-platform, and provide physical location tracking of implants. The physical tracking is done through the RFID storage cabinet that interfaces with the web-based tracking platform. The cabinet scans the stored inventory and communicates with the web-platform (UDI-Tracker) to alert the implant coordinator of costly implants being removed from the cabinet without proper tracking documentation. The appropriate storage and tracking of implants are connected to quality patient care due to potential recalls of implants. UDI-Tracker is the approved implant tracking software for VISN 16. Description of market research conducted and results or statement why it was not conducted: Market Research was conducted on the NAC, GSA, VIP-VetBiz, FPDS, Medical Product Data Bank, and Google using keyword RFID Cabinets. Searched GSA utilizing NAICS code 334510 which provided 0 SDVOSB/VOSB small businesses possibly capable of meeting the need of this requirement. On VIP using NAICS 334510 there were 199 SDVOSB/VOSBs listed to include open verification, denials, SDVOSB and VOSB using the aforementioned NAICS code. From the listed vendors on VIP no SDVOSBs could provide the required equipment and services due to proprietary software technology and licensing provided through Champion Medical Technologies Inc. Reviewing procurement history in FPDS revealed multiple RFID cabinet requirements sole sourced to Champion Medical Technologies including contract# 36C24819C0083, 36C24820P0033, and 36C25920P1013. I contacted the requestor and was advised that this software must be compatible with equipment currently in use at the facility. The cabinet scans the stored inventory and communicates with the web-platform (UDI-Tracker) to alert the implant coordinator of costly implants being removed from the cabinet without proper tracking documentation. Currently the Fayetteville VAMC currently has two RFID cabinets in their OR that reconciles with the web-platform UDI-Tracker. Considering the information stated above it has been determined to be in the best interest of the Government to pursue this requirement as a sole source. Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ ________________________ Name Date Title
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1065e15822404fdb9637325c5439df85/view)
- Place of Performance
- Address: VHSO Warehouse Bldg 8 1100 N College Ave, Fayetteville 72703, USA
- Zip Code: 72703
- Country: USA
- Zip Code: 72703
- Record
- SN05997268-F 20210512/210511201424 (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 |