Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,2000 PSA#2591

Directorate of Contracting, Services Division, 1850 Mekong Street, Fort Carson, CO 80913-4323

W -- LEASE OR RENTAL OF AN AUTOMATED PRESCRIPTION SYSTEM SOL DAKF06-00-T-0049 DUE 051900 POC Patricia Collins, Contract Specialist, PH: (719) 526-2070; FAX: (719) 526-5333; e-MAIL: collinsp@carson.army.mil WEB: Directorate of Contracting, Fort Carson, CO, www.carson-doc.army.mil. E-MAIL: Responsible Contract Specialist, collinsp@carson.army.mil. PART: U.S. GOVERNMENT PROCUREMENTS SUBPARTS: SERVICES CLASSCOD: W Lease or Rental of Equipment OFFADD: Directorate of Contracting, Services division, 1850 Mekong Street, Fort Carson, Carson 80913-4323 SUBJECT: Lease or Rental of an Automated Prescription System SOL: DAKF06-00-T-0049 DUE: 051900, 1400 hrs. POC: Patricia Collins, Contract Specialist, PH: (719) 526-2070; FAX: (719) 526-5333; e-MAIL: collinsp@carson.army.mil DESC: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested. A written solicitation will not be issued. This requirement is set aside for small businesses. The standard industrial classification (SIC) code is 7352 and the small business size standard is $5.0 million. This request for proposal is for the acquistion of a non-personal service lease or rental of an automated prescription system, providing for an automated tablet and capsule counting dispensing and controlling system for approximately 200 drugs. System shall employ the latest technology that replaces manual dispensing tasks, and the system must be able to accept prescription dispensing instructions from the pharmacy host computer. System must be capable of interfacing with the Pharmacy Module of the Composite Healthcare Computer system (CHCS). The lease or rental must include all cabinetry, delivery, installation, and perpetual maintenance of all electronic components via component replacement and drug cell and cassette exchange. On-site maintenance and/or repair shall be started within 36 hours after notification of malfunction, and completed within 72 hours after initial notification; repair by component replacement shall be completed within 24 hours after notification that repairs are required. Physical inspection and preventive maintenance of system will be made at least once a year to include all adjustment and repair necessary to ensure system is in optimum operation condition. Installation requirements shall be scheduled with Contracting Officer Representative (COR). Existing electrical data/standards: 120 volt, 60 hz, 20 amps. Equipment to meet electrical and fire safety standards prescribed for hospitals, and as stated in National Fire Protection Association Manual 99. Special Equipment Requirements: Vendors shall furnish any special accessories or equipment needed for proper operation, stabilizing, or isolation and compliance with Occupational Safety and Health Agency (OSHA) regulations as an integral part or component of the equipment. The lease or rental will be used during all operating hours, with approximate use of 55 hours per week. Maintenance and technical support to include total software upgrades/ updates at no charge to be provided with 24 hour, 7 day a week toll free telephone helpline support agreement for software, hardware and user questions/problems. System shall be installed and operated with no facility modifications. Training is required for automation managers, administrators, and operators and provided on workflow analysis, system setup and maintenance. Training shall be completed within five working days after installation and/or setup of equipment. Joint final acceptance is required. Period of performance shall be from date of award through a 12 month period with two 12-month option periods. The Government may exercise options to extend the period of perforrmance in accordance with FAR 52.217-9 upon written notification by the Contracting Officer within 60 days of contract expiration or within 60 days of funds becoming available for that fiscal year. Each contract year below is listed by description. Contract Line Item Number (CLIN) and estimated date of performance/quantity: CLIN 0001 BASE CONTRACT, PERIOD 1 June 2000 THROUGH 31 May 2001; CLIN 0001AA HOSPITAL READOUT CELL (HRO) with estimated quantity of 188 each per month; CLIN 0001AB HOSPITAL READOUT SUPER CELLS with estimated quantity of 16 each per month; CLIN 0001AC MASTER COUNTER with estimated quantity of 6 each per month; CLIN 0001AD CASSETTE COUNTER with estimated quantity of 4 each per month; CLIN 0001AE CASSETTES with estimated quantity of 219 each per month. CLIN 0002 FIRST OPTION YEAR, PERIOD 1 June 2001 THROUGH 31 May 2002; CLIN 0002AA HOSPITAL READOUT CELL (HRO) with estimated quantity of 188 each per month; CLIN 0002AB HOSPITAL READOUT SUPER CELL with estimated quantity of 16 each per month; CLIN 0002AC MASTER COUNTER with estimated quantity of 6 each per month; CLIN 0002AD CASSETTE COUNTER with estimated quantity of 4 each per month; CLIN 0002AE CASSETTES with estimated quantity of 219 each per month. CLIN 0003 SECOND OPTION YEAR, PERIOD 1 June 2002 THROUGH 31 May 2003; CLIN 0003AA HOSPITAL READOUT CELL (HRO) for estimated quantity of 188 each per month; CLIN 0003AB HOSPITAL READOUT SUPER CELL for estimated quantity of 16 each per month; CLIN 0003AC MASTER COUNTER for estimated quantity of 6 each per month; CLIN 0003AD CASSETTE COUNTER for estimated quantity of 4 each per month; CLIN 0003AE CASSETTES for estimated quantity of 219 each per month. List of drugs will be provided upon request. Hospital Readout Cell is defined as housing consisting of internal plexiglas hopper to hold specific medication, front panel with digital readout, on-off button, and plexiglas feed tube with built-in safety mechanism precluding multiple counting of medication on top of the other; controlled remotely by computer interface, controller/counter with numeric keypad or non-computer interface, controller/counter mechanishm with numeric keypad. Super Cell is that with twice the capacity of single Hospital Readout Cell and is controlled in same manner as Readout Cell; has same safety setup to prevent multiple counting; medication is fed into the top of hopper in same manner as Hospital Readout Cell. Master counter is housing consisting of 10-key pad with digital readout used for controlling automated counting, and each counter can control up to 59 hospital readout cells. Drug Cassette is plastic housing with handle with internal hopper containing a specific medication that is placed in a counting module for counting. Master Control is housing unit with front panel / digital readout; 10-key pad; on-off button; receipt slot for cassette; and plexiglas tube with built-in safety mechanism. Computer line is to interface with computer system, Hospital Readout Cells, and Super Cells. When prescription is typed and label printed, computer link to receive information on the medication and number desired and send information to appropriate cell for counting. Minimum essential characteristics include: counting tablets/capsules accuracy within 2%; counting medication to equate to counting speed of minimum of 10 capsules per second; system shall not require physical movement of drug containers to counting modules for counting; counting system to be mounted in freestanding cabinets; no drug cross contamination will be tolerated; containers shall be individually configured to accommodate each shape and size of drug to be counted; system shall interface with current hospital pharmacy computer to allow drug labels to be printed while counting takes place; counting mechanism to be activated by computer on command as prescription level is printed; computer information received shall be stored in a queue that can hold data for approximately one hundred prescription; prescription to be processed through units on a first in/first out basis; computer shall not be tied up during count and all counting and control functions are to performed with computer interface; local entry keyboard shall allow operation of system manually should computer be down at any time; system shall be key-lockable or equivalent, limiting access to controlled medications; hospital readout cells to hold 1000 to 3000 high use tablets and capsules; supercells to hold 3000 to 6000 tablets and capsules (sizes can be up to 5/8 " long"by " wide); drug cells shall count at least 999 dosage forms and indicate number counted on each cell; drug cells shall be accessible from top for filling and contents shall be visible from fron at all times; system to be capable of being expanded to accommodate future requirements up to 600 counting cells. Exchange Service: system to be updated by cell replacement; contractor to be notified by telephone of replacement requirement with contractor response with replacement within 72 hours; contractor to provide prepaid shipping carton for return; any government owned cassette will require an exchange contract to allow for changes in drug sizes/pharmacy needs. All responses must contain sufficient documentation to establish a bonafide capability to meet CHCS compatibility requirement. The Government will award a contract resulting from this solicitation to responsible proposer whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Significant evaluation factors are price, technical and past performance to determine best value. Technical and past performance, when combined, are less significant than price. Technical evaluation factors consider capability, approach, understanding of requirement, and compliance with the requirement. Compatability with CHCS is a critical technical evaluation factor. Minimal pharmacy disruption/downtime is a critical evaluation factor during installation of system. A technical proposal is required. Past performance evaluation factors consider currency and relevance of information in relation to the requirement. Past performance factors are timeliness of service, customer satisfaction, and quality of product. Proposers shall submit an original and 2 copies of the proposal. The proposer shall submit a list of three similar contracts currently in progress or completed during the last two years, with point of contact/telephone number/fax number. The proposal shall provide a firm fixed unit price inclusive of all transportation charges for each CLIN for the base period and each option period. The fixed unit price shall be multiplied by the estimated quantity to determine the CLIN price. Total price for each period of performance shall be the sum of all CLIN prices. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interest, the Government will evaluate proposals for award purposes by adding the total price of all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s). The proposal shall include a fully executed copy of FAR provision 52-212-3, Offeror Representation and Certificates Commercial Items (FEB 1999), the proposer's Dun and Bradstreet Code, and its Commercial and Government Entity (CAGE) Code. Full text of applicable FAR provisions and clauses are available by accessing website http://farsite.hill.af.mil. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and 52.252-2 Clauses Incorporated by Reference (FEB 1998) apply. The following FAR provisions apply to this acquisition: 52-212-1, Instruction to Offerors-Commercial Items (AUG 1998) and 52-212-2 Evaluation-Commercial Items (JAN 1999). FAR clauses apply to this acquisition: 52-212-4 Contract Terms and Conditions-Commercial items (APR 1998); 52-216-18 Ordering (OCT 1995); 52-217-9 Option to Extend the Term of the Contract (MAR 1989); and 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 1999), 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984), 52.217-8 Option to Extend Services (AUG 1989), 52.216-24 Limitation of Government Liability (APR 1984), 52.216-25 Contract Definitization (OCT 1997), 52.246-4 Inspection of Services-Fixed Price (AUG 1996), 52.232-18 Availability of Funds (APR 1984), 52.232-19 Availability of Funds for Next Fiscal Year (APR 1984), and 52.215-1 Instructions to Offerors-Competitive Acquisition (OCT 1997). Proposals shall be sent via (1) to the attention of Patricia Collins, Services and Supply Division, Directorate of Contracting, 1850 Mekong Street (Bldg 6222), Fort Carson, CO 80913, (2) e-mail to collinsp@carson.army.mil or (3) fax to (719) 526-5333. Proposals must be received by 19 May 2000, 1400 hours, from the date of this publication. OFFERS MUST BE SIGNED. Oral offers will not be accepted. All responsible sources, capable of fulfilling the requirements of this solicitation may submit a proposal that will be considered. Proposals that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE: ANY AMENDMENTS TO THIS SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS SYNOPSIS/SOLICITATION. Posted 04/28/00 (W-SN449632). (0119)

Loren Data Corp. http://www.ld.com (SYN# 0080 20000502\W-0001.SOL)


W - Lease or Rental of Equipment Index Page