Missouri Bids > Bid Detail

6515--Secure Medication Refrigerator, STL 657-23-2-8543-0045 (VA-23-00046869)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159814558623361
Posted Date: Feb 28, 2023
Due Date: Mar 9, 2023
Solicitation No: 36C25523R0078
Source: https://sam.gov/opp/b21b5cf6c5...
Follow
6515--Secure Medication Refrigerator, STL 657-23-2-8543-0045 (VA-23-00046869)
Active
Contract Opportunity
Notice ID
36C25523R0078
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 28, 2023 11:01 am CST
  • Original Response Date: Mar 09, 2023 11:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs John Cochran St Louis VAMC St Louis , MO 63106
Description

SOURCES SOUGHT NOTICE FOR:
TWO SECURE MEDICATION REFRIGERATORS
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 15 has a requirement for TWO SECURE MEDICATION REFRIGERATORS at John Cochran St Louis VAMC 915 North Grand Blvd, St Louis, Missouri 63106. This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 325120, with a small business size standard not to exceed 1,000 Employees.
Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time.

Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions:

1) Is your business a small business under NAICS code 339112?
2) Does your firm qualify as a small disadvantaged business?
3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act?
4) Are you a certified HUBZone firm?
5) Are you a woman-owned or operated business?
6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business?
7) Is your business a large business?

Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft PWS (below). Index your firm s capabilities to the tasks in the draft PWS so that your firm s capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract.  Please provide responses in writing no later than 7 March 2023 to: lisa.buchanan1@va.gov.

Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time

Objective
The VA Saint Louis Health Care System intends to procure medication storage fridges needed for the OATP clinic and Employee Occupational Health facilities at John Cochran for the Pharmacy service to comply with safe storage protocols. This document highlights the technical specifications and services being requested by the facility for consideration towards purchase of the units. Vendors under this proposal shall provide all equipment and accessories.

Equipment Specifications
Requirements
2 medication storage fridges
5 cubic feet capacity
6 single item access locking bins
Temperature range from 36 F 50 F
Meets CDC vaccine storage recommendations
Open space storage
100 lbs max capacity/shelf
Supports automated medication dispensing workflow
Helmer Access Technology System functionality
Medication fridges must have secure locking bins for medication and vaccine storage. Locking bins must release when accessed using the existing automated medication dispensing workflow via BD Pyxis Medstation ES system existing at John Cochran.

Software
Vendor shall ensure all software operating on the device provided is supported by the original manufacturer at time of delivery.
For example, vendor shall not provide VA Saint Louis a device utilizing the Windows XP or Windows 7 operating system as they are no longer Microsoft supported.
Proprietary software systems are acceptable so long as vendor supports the version provided to VA Saint Louis and it is the newest version at time of delivery.
Access to all software shall be provided to VA Saint Louis in situations where re-installation is necessary.
Software shall be provided to VA Saint Louis with unlimited perpetual licensing for the supported life of the device.
In cases where vendor insists on utilizing a licensing fee model this should be noted in the bid provided for VA Saint Louis consideration.
Cerner Compatibility
All vendors providing a bid to this requirement shall provide a Cerner compatibility statement from the OEM of the equipment that they are proposing to the VA Saint Louis Health Care System.
This statement will include an OEM attestation that the product proposed is Cerner verified and provide a list of healthcare organizations that have deployed the project with the Cerner EHR.
The statement will also include any relevant information as to what data can be transmitted to Cerner.
This statement will be dated within 60 days of the quote being provided to ensure it is recent and accurate.
The statement will provide an OEM point of contact who can be reached to further discuss any questions or concerns over Cerner compatibility.
If the device/system being proposed does not connect to the network or medical record the vendor shall note this in their proposal.
Vendor bids that do not include a Cerner compatibility statement directly from the OEM will be discarded from consideration.

Training
Vendor shall provide on-site clinical/applications training for relevant VA Saint Louis staff members.
Vendor shall provide introductory system/maintenance training to VA Saint Louis Biomedical Engineering staff during installation.
Vendor shall include all costs for travel to provide this training in their proposal.
Vendor shall coordinate all installation and training dates with VA Saint Louis specified Biomedical Engineering POC who will communicate internally with clinical staff.

Warranty and Service
Service and Operator Manuals The vendor shall provide the following documentation for the proposed system:
Two (2) copies of operator's instruction manuals per unit purchased
Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians.
Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc.
Warranty The system, all accessories, and all software shall be covered under the manufacturer s warranty and shall include all parts and labor for at least one year following acceptance by the VAMC.
A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period.



The warranty period shall not begin until after the VA Saint Louis Biomedical Engineering POC has accepted the products delivery, installation, and functionality.
The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration.
All available software updates and security patches will be made available to the VA Saint Louis during the warranty period.
Vendor shall provide response to applications and technical calls within 8 hours.
Vendor shall ship replacement parts within 48 hours of identifying necessity by VA Saint Louis Biomedical Engineering staff.

Other Features
Value added features in the vendor s proposal that will be considered include but are not limited to:
Options for Trade-in of existing equipment shall be proposed in bid package
Extended Warranty options shall be outlined in bid package
Service and Biomedical training options shall be outlined in bid package
Options for this training should include all registration, travel, and lodging costs when possible

Hours of Operation
Normal hours of coverage are Monday through Friday, 7:00 AM to 3:30 PM Central Standard Time excluding national holidays.
Vendor on-site visits will be coordinated with the VA Saint Louis Biomedical Engineering POC before being scheduled or conducted.
Vendor representatives will check in with the VA Saint Louis Biomedical Engineering POC when they arrive on-site and check out upon completion of work each day.
All services shall be performed during normal hours unless otherwise scheduled with the VA Saint Louis Biomedical Engineering POC.
Vendor staff shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. This includes, as necessary, coordinating access and closures for sensitive areas of the Medical Center.
Vendor shall be responsible for cleaning all work areas after completion of tasks. This includes removal of packaging and a clean sweep/mop of the area as required by work type.
Vendor staff shall minimize noise as much as possible while working in all buildings.
Vendor is responsible for providing all PPE necessary for their work.

Note: Hardware/software update/upgrade installations, where applicable, may be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the VA Saint Louis Biomedical Engineering POC).

Federal Holidays observed by VA Saint Louis are:

New Year s Day Labor Day
Martin Luther King Day Columbus Day
President s Day Veterans Day
Memorial Day Thanksgiving Day
Juneteenth Christmas Day
Independence Day
Delivery
Vendor shall deliver purchased equipment within 45 business days of receiving completed Contracting package from the VISN 15 Contracting Officer. If delivery delays occur vendor shall notify the Contracting Officer and the VA Saint Louis Biomedical Engineering POC.
Delivery will be to one of the two VA Saint Louis Health Care System main campuses. Vendor shall coordinate exact delivery location with the Contracting Officer and VA Saint Louis Biomedical Engineering POC at the time of the purchase.
Vendor will ensure that equipment is sent to the Attention of Biomedical Engineering and will include the VA Saint Louis PO Number on the shipping label.
Delivery of oversized, palletized orders or orders that contain a large number of components will be coordinated with VA Saint Louis Biomedical Engineering POC who will communicate internally with Warehouse Staff.

VA Saint Louis Health Care System Delivery Locations
John Cochran 915 North Grand Blvd
Saint Louis, MO 63106 ATTN: Biomedical Engineering
PO Number for Order

*** This is not a Request for Quote (RFQ). This is a Sources Sought Notice only. A Solicitation is not available at this time. ***
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2023 11:01 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >