Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2023 SAM #7872
SOURCES SOUGHT

65 -- Investigational Drug System Software (IDS) in support of the Puget Sound VA Healthcare System

Notice Date
6/15/2023 1:48:02 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0725
 
Response Due
6/21/2023 4:30:00 PM
 
Archive Date
07/21/2023
 
Point of Contact
Jeffrey Kelley, Contract Specialist
 
E-Mail Address
jeffrey.kelley1@va.gov
(jeffrey.kelley1@va.gov)
 
Awardee
null
 
Description
Sources Sought: The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, and other Small Businesses interested and capable of providing items requested. The intended contract is a Firm-Fixed price contract. An SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for an Investigational Drug System Software platform and installation in support of VA Puget Sound health Care system. Salient Characteristics This software must have the following features or requirements: Must be HIPAA and 21 CFR Part 11 compliant. Must have Records Receive, Transfer, Dispense, Return to Supplier, Destroy, and Adjustment transactions for investigational drugs. Must be able to generate investigational drug accountability logs exportable to NCI DARF, NCI ORAL DARF, ACTG, De-Identified and other formats Must provide granular inventory tracking down to an individual bottle, vial, or kit number. Must be able to supports patient-specific drug tracking. Must be able to provides physical inventory monitoring. Must be able operate as a standalone system (e.g., without electronic health record interface). Must provide support for at least 50 study protocols. Must allow for unlimited users, patients, and drugs. Must be able to allow for on-premises hosting (i.e., hosting on the local network rather than in the cloud). Statement of Work Investigational Drug System (IDS); automation software to aid in the management of VAPSHCS s investigational drug service. Vendor will provide nCoup IDS, a secure, HIPAA and 21 CFR Part 11 compliant, web-based application that has the following features: Monitors Receive, Transfer, Dispense, Return to Supplier, Destroy, and Adjustment transactions Manages a comprehensive drug catalog, protocols, patients, suppliers, documents, and pharmacies Generates accountability logs exportable to NCI DARF, NCI ORAL DRAF, ACTG, De-Identified and other format, significantly facilitating the audit process Granular inventory tracking down to an individual Bottle, Vial, or Kit # Patient-specific drug tracking Double signature verification Barcoded inventory labels Physical inventory monitoring Par level management Pharmacy billing Operates as a standalone system but has interfaces available to reduce data entry, including CTMS, EMR, and IRB systems for protocol, patient, and document management; inpatient or outpatient pharmacy systems for deducting inventory and logging dispenses; and carousels for inventory movement between locations Comprehensive coverage of all inventory transactions performed with investigational drugs Simplifies preparation for monitor visits and audits Ensures dispensing accuracy by tracking a patient s dispensing history, treatment arms, expiration, and patient-specific inventory Print patient labels and record inventory deduction on logs in a single dispense transaction Supports multi-site pharmacy systems and allows users to sign into specific dispensing locations Minimizes workflow errors with role-based access HIPAA and 21 CFR Part 11 compliant (including audit trail logging) nCoup IDS will be accessible to staff at the Seattle and American Lake Divisions of VAPSHCS. Potential contractors shall provide, at a minimum, the following information to jeffrey.kelley1@va.gov: Company name, address, and point of contact, phone number, e-mail address, and SAM UEI; whether services are presently offered on a current GSA Federal Supply Schedule contract.  Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112 SURGICAL AND MEDICAL INSTRUMENT MANUFACTURING. To be considered a small business your company must have size standard as fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). Any Offeror must complete their business Online Representations and Certifications Application in the System for Award Management (SAM) for consideration. 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at SBA.gov 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this Sources Sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 7) No gray market or remanufactured items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. Responses are due by 05/05/2023 4:30 PM PST, to the Point of Contact. Point of Contact: Contract Specialist Jeffrey Kelley jeffrey.kelley1@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e59313752144fcca531331d809bec2c/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound VA Healthcare Syatem 1660 South Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06718273-F 20230617/230616060717 (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.