Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

65 -- ScriptPro Upgrade Windows 7 Operating System (Brand Name or Equal)

Notice Date
8/1/2023 6:06:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0998
 
Response Due
8/8/2023 12:00:00 PM
 
Archive Date
09/07/2023
 
Point of Contact
Ronnie Swailes, Contract Specialist, Phone: (202) 745-8000
 
E-Mail Address
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24523Q0998 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2023. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be competed unrestricted in the Open Market. The North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing and the size standard is 1,000 employees. (v) The Baltimore VAMHCS and Perry Point VAMC is seeking to purchase a ScriptPro Upgrade Windows 7 Operating System. This requirement consists of one (1) line item: ITEM INFORMATION: Product Number Product Description Units of Measure Quantity ScriptPro SPX X00 ScriptPro Windows 7 Operating System and current Server for ScriptPro unsupported by October 2023. Request to upgrade operating system and servers and other items listed in item description. ScriptPro is integral in outpatient pharmacy management and efficiency which plays a significant role in minimizing patient waiting times in outpatient pharmacy. The server upgrade is required to ensure continuity and compatibility of automated equipment with VA OI&T systems. If servers are not upgraded, at some point the automated equipment will no longer interface with VistA/CPRS and will not be functional. To cease use of this equipment would lead to delays in prescription processing and fill and an increase in medication errors as the system utilizes bar code verification and other patient safety mechanisms. ScriptPro Endicia Standard Interface is required to prescription chain of custody from the Pharmacy to the Veteran by providing tracking information for all prescriptions. 27-Pharmacy Baltimore 1A106 27-Pharmacy Perry Point 361 GC108 Each 2 ESTIMATED DELIVERY: 30 Days ARO STATEMENT OF WORK: PURPOSE: The overall purpose of this requirement is to procure an upgrade to the ScriptPro Medication Dispensing system currently installed at the VA Maryland Health Care System (VAMHCS) at the Baltimore and Perry Point locations. The requirement will account for the procurement of all required licenses, software, installation, validation, and hardware to elevate the existing ScriptPro system to a supported operating system that meets VA s network security requirements. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The installation and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the ScriptPro Medication Dispensing system to be successfully installed and validated to its full potential. SALIENT CHARACTERISTICS: Baltimore VA Medical Center At a minimum, the upgraded ScriptPro system shall include: Smart Card Scanners (QTY 21) Full Disk Encryption for each server/computer/HCI VM (QTY 3) SPX00 On-Site Robot Upgrade to Windows 10 Supported OS and i5 computer upgrade (QTY 2) SP Central Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) HCI Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) PSP Server Upgrade Gen 8e+, Server OS 2012+, SQL 2014+(QTY 1) Client Upgrade - Windows 10 Operating System and i5 Computer Hardware Upgrade for the SP Datapoint or Notice Board (QTY 2) Client Upgrade - Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board (QTY 17) Client Upgrade - Windows 10 Operating System and i5 Computer and Printer Hardware Upgrade for SP Kiosk (QTY 2) Perry Point VA Medical Center At a minimum, the upgraded ScriptPro system shall include: Smart Card Scanners (QTY 13) Full Disk Encryption for each server/computer/HCI VM (QTY 2) SPX00 On-Site Robot Upgrade to Windows 10 Supported OS and i5 computer upgrade (QTY 1) SP Central Server Upgrade - On-Site Server Upgrade to Windows 2019 Supported OS with SQL 2019 Database upgrade (QTY 1) PSP Server Upgrade Gen 8e+, Server OS 2012+, SQL 2014+(QTY 1) Client Upgrade - Windows 10 Operating System and i5 Computer Hardware Upgrade for the SP Datapoint or Notice Board (QTY 9) Client Upgrade - Windows 10 Operating System Upgrade for the SP Datapoint or Notice Board (QTY 4) Client Upgrade - Windows 10 Operating System and i5 Computer and Printer Hardware Upgrade for SP Kiosk (QTY 1) IMPLMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Software/server/client configuration Project planning, engineering and management Travel cost and time Calibrations and testing DELIVERY Contractor shall deliver all equipment to the Baltimore VAMC and Perry Point VAMC as requested in Salient Characteristics. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. Delivery and installation shall be completed between 8:00 a.m. and 3:30 p.m. Monday Friday unless mutually agreed upon. All federal holidays are excluded. SITE CONDITIONS There shall be no smoking on hospital property. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery will be coordinated through the COR. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY The contractor shall provide a manufacturer s warranty on all parts and labor for 1 year at no additional cost. The warranty shall include all travel and shipping costs associated with any warranty repair. CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: ___________________________________ ___________________________________ ____________________________________ _____________________________________ b. GOVERNMENT: Contracting Officer 36C245, Ryan Singletary 50 Irving ST NW Washington DC, 20422 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [X] Invoice shall be submitted upon delivery and receipt of items. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. PAYMENT WILL BE MADE BY FSC e-Invoice Payment Invoice must be submitted electronically http://www.fsc.va.gov/einvoice.asp http://www.fsc.va.gov/einvoice.asp The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ (vii) All material shall be used by Perry Point VAMC and Baltimore VAMHCS. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.252-1, 52.204-7, 52.204-16, 52.211-6, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 852.212-71, 852.242-71, 852.247-71. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Tuesday, August 8, 2023. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) Unique Entity Identification Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0af3c8982a44a7c9aff979b77e3cc74/view)
 
Place of Performance
Address: Baltimore VAMHCS 10 N. Greene Street, Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN06772198-F 20230803/230801230056 (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.