SOURCES SOUGHT
99 -- ScriptPro Equipment, Service, and Maintenance - Whiteriver Service Unit
- Notice Date
- 2/19/2025 2:25:22 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
- ZIP Code
- 85004
- Solicitation Number
- SS-25-PHX-013
- Response Due
- 2/24/2025 12:00:00 PM
- Archive Date
- 03/11/2025
- Point of Contact
- Dekovan Cook, Phone: 6023645018
- E-Mail Address
-
Dekovan.Cook@ihs.gov
(Dekovan.Cook@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- BACKGROUND: The Whiteriver service unit has a need for lease/rental of medication dispensing system which must be compatible to government owned ScriptPro equipment and smart card scanners. Proposed lease/rental of equipment must have the same operating systems as ScripPro government owned equipment, be able to interface with McKesson and RPMS. The Whiteriver Service Unit facility is located on the Fort Apache Indian Reservation in Arizona and serves approximately 17,000 tribal members and other Native American communities around the areas. . Whiteriver hospital is designated as a Baby Friendly Hospital. The hospital is The Joint Commission (TJC) accredited and staffed by 22 physicians, podiatrist, five nurse practitioners, five dentists, two optometrists, and about 79 nursing staff members. The hospital is a 40-bed facility. C. DESCRIPTION: The Contractor shall provide lease/rental of medication dispensing system which must be compatible to government owned ScriptPro equipment and smart card scanners. Proposed lease/rental of equipment must have the same operating systems as ScripPro government owned equipment, be able to interface with McKesson and RPMS for the Whiteriver Service Unit (WRSU) located in Whiteriver, Arizona. This system shall ensure patient safety, maintain pharmaceutical services, and ensure medication accountability. Delivery Location: Attn: Outpatient Pharmacy, Emergency Room, Specialty Pharmacy 200 West Hospital Drive Whiteriver, AZ 85941 Attn: Cibecue Health Center Pharmacy W Cromwell Rd Cibecue, AZ 85911 LEASE/RENTAL SUPPORT SERVICE: The Contract shall provide lease/rental agreement for the Main Outpatient, Emergency Room Specialty, and Cibecue Pharmacy Department for a period of 48 months and shall include all related costs that including maintenance, service and training as necessary and required for optimal operation of the system. 1. Description. Main Unit. The contractor shall provide a Pharmacy Dispensing system that provides bulk stock dispensing line, automating the repetitive, manual dispensing tasks most subject to human error. The unit must be able to fit in: Outpatient Pharmacy � 22sqft (11.5� x 1.91�) Emergency Room Pharmacy � 15.9sqft (8.33� x 1.91�) Cibecue Pharmacy � 15.9sqft (8.33� x 1.91�) Specialty Pharmacy � 15.9sqft (8.33� x 1.91� 1.1. The main unit (robot) shall have a requirement for access from the front of the cabinet only, allowing shelving to be placed against the remaining three sides of the unit. 1.2. The main unit shall have an interface, which communicates with the pharmacy management system to fill, label, and deliver up to 150 prescriptions per hour. The main unit shall have two bulk-load vial dispensers and support a wide variety of vial types and sizes. The universal dispensing cells (UDC) will require minimal calibration by on-site pharmacy staff. The minimum of UDC for each location is: Outpatient � 200 UDC Emergency � 100 UDC Cibecue � 100 UDC Specialty � 150 UDC 1.3. The main unit shall be able to fill directly from the dispensing cell into vials, in order to prevent drug cross contamination. The unit shall be able to send information to printers that print and apply the prescription and auxiliary labels. The main unit shall deliver uncapped vials for final inspection and on-screen drug image verification. 2. Description. Data points. The contractor shall provide data points to the following locations: Outpatient Pharmacy � 9 data terminals, 4 with printers Emergency Pharmacy � 3 data terminals, 2 with printers Cibecue Pharmacy � 3 data terminals, 2 with printers Specialty Pharmacy � 3 data terminals, 2 with printers Data points shall be compact, interactive countertop units capable of entering, filling, verifying, dispensing, and tracking prescriptions. They shall have adjustable height touchscreen monitors, and barcode scanners to provide workflow control and dispensing accuracy. The data points shall interface with the main system to process prescriptions from point of entry to point of dispensing/distribution. They shall display on-screen prescription status, automatic collation of patient prescriptions, and provide paperless prescription tracking and batching. 3. Description. Printer. The contractor shall provide a printer that integrates with the infrastructure noted in this requirement. The printer shall be able to be utilized in a horizontal or vertical position to print labels with clear and legible fonts, barcodes, and detailed drug image line drawings. 4. Description. Electronic Signature Device (ESD). The contractor shall provide ESD�s in the specific quantities for each location: Outpatient � 5 ESD�s Emergency � 2 ESD�s Cibecue � 3 ESD�s Specialty � 2 ESD The ESD must electronically capture a patient�s signature documenting the dispensing/distribution of the medication and patient�s counseling decision. The Electronic Signature allows patients to accept or refuse counseling on any prescription. The choice on counseling and the accompanying signature is recorded and stored electronically and shall be easily retrievable for review for the length of time necessary as required by federal record keeping requirements. 5. Description. Terminal Emulation. For integration purposes, the contractor shall provide terminal emulation in order to allow interoperability between existing units contained in the Pharmacy Dispensing and accounting system. 6. Description. Inventory Management System. For the purposes of maintaining accurate medication supplies, a perpetual inventory system is required. This system must integrate with the pharmacy operations at each location, Outpatient, Emergency, Specialty and Cibecue. The system requires integration with IHS contracted supplier, McKesson and RPMS System, with the ability for secure, automatic daily order transmission. Our unique campus operation requires an Inventory Management System capable of having 5 different pharmacy locations within the master system. The system must accurately track the transfer of medications from one location to the other. 7. Description. Eyecon. For the purposes of counting medications in an automate way and record pictures to provide data for accurate counts of prescription filling in each location, Outpatient, Emergency, Specialty, and Cibecue. The data points shall interface with the main system to process prescriptions from point of entry to point of dispensing/distribution COMPABILTY: The contractor shall provide support and capability of government own equipment, include all related costs that includes maintenance, service and training as necessary and required for optimal operation of the system. The government owned equipment consist of all items located at the Specialty Clinic and all Smart Card Scanner for all departments. See Attachment A- Government Owned Equipment SUPPORT SERVICE: The contractor shall provide annual maintenance and routine service agreement for the initial period and for subsequent option periods for lease/rental of equipment and government owned equipment. Necessary support services Necessary service, parts, and maintenance as required/needed Phone Support On-Site Services Software updates if necessary or as required Notify WRSU if there�s any recall or any changes regarding the equipment and supplies Dispatch a qualified tech if necessary to perform service and maintenance if the problem cannot be resolved though the phone tech support service in 24 hours at their expense On-call response within 60 minutes for weekends, holidays, and after normal duty hours for emergency tech support service. This work shall be continuous 24 hours a day, 7 days a week until completed. RESPONSE TIME: All work must be coordinated by the local Pharmacy Department and the Contractor. All work shall be performed during normal working hours Monday Through Friday, 8:00 A.M. to 5:00 P.M. local time, excluding federal holidays as designed by the COR. PERIOD OF PERFORMANCE: This agreement shall have a term of one year and three one-year option periods. Support service will be performed according to the OEM schedule. Payment and Invoicing Instructions: Invoices shall be prepared with the following information CLEARLY identified on the invoice: Invoice Date and Number Contract Number Charges for service or products identified BY LINE ITEM Number Brief description of products or services rendered Charges should follow Line Item structure on contract to include Quantity, Unit of Issue, Unit Price, and Total Amount as applicable Dates of Service or Shipment Invoices shall be prepared and submitted electronically and in accordance with rates and terms as stated in the contract. Invoices should be sent electronically to the following departments and addresses in the same e-mail: Finance: _________________@ihs.gov and For purposes of interest accrual and time of official receipt, Finance is designated as the point of receipt for the Government. Invoices shall be submitted electronically to the e-mail address listed above. Acquisitions: _________________@ihs.gov A copy of the invoice should be sent electronically to the contract specialist(s) at the address listed above. Service Unit Representatives: _________________@ihs.gov A copy of the invoice should be sent electronically to the Service Unit Representative(s) at the address listed above. I. ADDENDUM TO CONTRACT CLAUSES: This contract is covered under the terms and conditions of FSS/GSA Contract# __________ and the following addendum clauses: I. Department of Health and Human Services Acquisition Regulation (HHSAR) (48 CFR Chapter 3) Clauses (Incorporated by Reference): NUMBER TITLE DATE 352.223-70 SAFETY AND HEALTH JAN 2006 TAXES THE DEPARTMENT OF HEALTH AND HUMAN SERVICES, PHOENIX AREA INDIAN HEALTH SERVICE IS TAX EXEMPT UNDER A.R.S. 42-5063(C)(3)(a), 42-5067 (B)(1), 42-5065(B)(2)(a), 42-5066(B)(3)(a), 42-5074(B)(7), 42-5071(B)(2)(a), 42-5061(A)(25)(a), AND 42-5159(A)(13)(a), (b), (c) STATE OF ARIZONA DEPARTMENT OF REVENUE. 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30_ working days, excluding Saturday, Sunday and Holidays. 2.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years and six months. 508 HHSAR Section 508 and Accessibility This product must conform to the Revised Section 508 (https://www.access-board.gov/guidelines-and-standards/communications-and-it/about-the-ict-refresh/final-rule/text-of-the-standards-and-guidelines) and WCAG 2.0 Level AA standards as outlined below. Solicitations for supplies and services shall require the submission of a Section 508 Product Assessment Template. The template can be found at https://www.itic.org/policy/accessibility/vpat.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a5a4e056bcc64d8da12457f96fb31e5b/view)
- Place of Performance
- Address: Whiteriver, AZ 85941, USA
- Zip Code: 85941
- Country: USA
- Zip Code: 85941
- Record
- SN07347420-F 20250221/250219230039 (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 |