Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

65 -- ScriptPro Robot SP 100

Notice Date
11/17/2023 3:35:42 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0148
 
Response Due
11/27/2023 12:00:00 PM
 
Archive Date
12/27/2023
 
Point of Contact
ISRAEL GARCIA, CONTRACT SPECIALIST, Phone: 562-826-8000
 
E-Mail Address
ISRAEL.GARCIA2@VA.GOV
(ISRAEL.GARCIA2@VA.GOV)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide a ScriptPro SP100/CCC, Robotic Prescription Dispensing System with Collating Control Center for purchase, at a minimum meet the brand name and/or can possibly provide an equal product for the Southern Arizona VA Health Care System (SAVAHCS). Located in Tucson, AZ. Brand name Information: Manufacturer: SCRIPTPRO USA INC. Nomenclature: SP 100/CCC Model Number: MB284264 Equal to product Information: Salient Characteristics: ScriptPro SP 100 robotic prescription dispensing system. Must hold up to 100 different medications, dispensing them accurately and quickly. Provide additional level of safety for each drug cell and corresponding barcode, ensuring the correct drug is dispensed each time. Must fill up to 150 prescriptions per hour, enhancing productivity and efficiency. Must have a user-friendly interface with easy-to-use touchscreen that facilitates workflow management. Must keep track of medication inventory, helping pharmacies manage their stock more efficiently. Must automatically print and apply patient labels to prescription vials, saving time and minimizing labeling errors. Can be configured to dispense different quantities of medication, allowing it to handle prescriptions of varying sizes. Must have a built-in safety feature, such as drug verification checks and warning systems to prevent dispensing in case of a mismatch or error. Must include robust maintenance and support options to ensure continuous and trouble-free operation. Software and hardware must integrate with existing infrastructure and workflow. Interoperability with VA VistA via HL7 interface and Outpatient Pharmacy Automation Interface (OPAI) Approved by ScriptPro LLC for use with their system Installation approved by ScriptPro LLC for use with their system Not interfere with the current ScriptPro maintenance contract Ability to function on a virtual local area network (VLAN) Meets or exceeds OI&T HL7 data transmissions and security requirements Secure login The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 11/27/2023 by 12:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39db4d1091b2492e81bdad6f65280622/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS Southern Arizona VA Healthcare System 3601 S 6th Ave, Tucson, AZ 85723-0001, USA
Zip Code: 85723-0001
Country: USA
 
Record
SN06889280-F 20231119/231117230054 (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.