Search Contract Opportunities

BRAND NAME | Pyxis MedStation/Med-Surg Activation Lebanon VA Medical Center

ID: 36C24423Q0440 • Type: Special Notice
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. SCOPE OF WORK: The Lebanon Veterans Affairs Medical Center (VAMC) has a brand-name requirement for one (1) BD Pyxis ES 6-Drawer Main Medstation with auxiliary components consisting of one (1) BD Pyxis ES Aux Medstation Tower and one (1) BD Pyxis ES Aux 7-Drawer Medstation. The medication dispenser will be utilized for routine storage and dispensing of medications in our Med-Surg Activation Project area, Building 104. This is a brand name only solicitation due to the current BD Pyxis server in place at the facility. This ensures continuity of care facility wide, and the seamless transition with the existing Pyxis Medication Management System. Since the Pyxis device will be an upgrade for the staff, user and maintenance training will be required. BACKGROUND: Lebanon VAMC is currently in the process of constructing a new Med-Surg Building 104. Due to the growth in additional support space with this expansion, a purchase of one (1) BD Pyxis ES 6-Drawer Main Medstation with auxiliary components consisting of one (1) BD Pyxis ES Aux Medstation Tower and one (1) BD Pyxis ES Aux 7-Drawer Medstation is needed to support the enhanced patient workflow. PLACE OF PERFORMANCE: Lebanon Veterans Affairs Medical Center, 1700 S. Lincoln Ave., Lebanon, PA 17042. GENERAL TASK REQUIREMENTS The contractor must provide all labor, equipment, tools, materials, supervision, and other items necessary to deliver and install the equipment. Contractor must have an existing installation at another VA medical center which includes: Server and equipment must have connection to existing VA network, utilizing VistA and PADE. Existing installation must be functioning properly within 90 days. 1. Salient Characteristics: One (1) Part Number 323 MEDSTATION, ES, MAIN, 6DR to include the following 22.8 w X 27 d X 55 h BTUs - 409 Steady power (Watts) - 80 Peak power (Watts) 120 One (1) Part Number 343 MEDSTATION,ES,AUX,TOWER to include the following 52 w X 28 d X 79.5 h BTUs - 222 Steady power (Watts) - 65 Peak power (Watts) - 65 One (1) Part Number 324 MEDSTATION,ES,AUX,7-DRAWER to include the following 22.8 w X 27 d X 47 h BTUs N/A Steady power (Watts) N/A Peak power (Watts) N/A The following components are required for the workflow system: Secure narcotic storage barcode automation including bar code scanner (2-D, LED). uninterruptible power supply sealed keyboard with slide-out tray with silent, tactile feedback keys under translucent elastomer cover. Thermal printer. electronic documentation compatibility and integration with CPRS, VistA, BCMA, Gravimetrix System, and Alaris IV pumps integrated inventory management system for inpatient pharmacy automated formulary integration recommended PAR levels manage medications, including IV compound ingredients bar code scanning bar code labeling system for medications inventory utilization user access management facilitation of tech-check-tech integration with medication dispensing cabinets integrated PC screen on cabinet with touch screen fingerprint biometric capability multiple cell cabinet configuration various configurations of drawers within each cabinet ease of changing drawers alert to open appropriate drawer and compartment internal, removable compartments within each drawer and various configurations internal and external flexibiliy of location of return bin storage for PO meds, liquids, topicals, eyedrops, large and small volume IVs ability to have individual profile and non-profile configurations full user security with various access levels track usage, missed doses, patient history and drawer inventory diversion software installation of medication cabinets Backup battery: 30 seconds for safe shut-down during power failure. Casters and levelers. Technical Support: The Contractor must provide twenty-four (24) hour, seven (7) days a week Client Phone Access and Email Support Services as required to maintain and support the equipment. The Contractor must provide a current and valid phone number for this access within five (5) business days after award to the delegated Contracting Officer Representative (COR). The Contractor must provide a current Email Support Address to be utilized for potential issues and communications for the system to be utilized. On-site service within four (4) hours Warranty/Service Contract: All equipment and materials must come with a standard one-year manufacturer(s) warranty. Warranty must begin after installation of equipment and completion of tests. The following software interface must be configured on the system: Network connectivity between medication cabinets, server, and VA Network Inventory management software, server, and VA Network 2. Delivery/Installation: Upon completion of the Med-Surg construction site, COR shall provide vendor with site plans and coordinate a site visit for delivery and installation planning purposes. The Contractor shall deliver and install all equipment required under this SON within ninety (90) calendar days or less from the date of award, unless otherwise directed by the COR. An implementation plan provided by the contractor to the COR is required within thirty (30) days from contract award date. Delivery to the facility must be coordinated at least 72 hours prior to required delivery date with Warehouse Supervisor. The Warehouse Supervisor has no authority to change the terms and conditions of the awarded contract. Work is to be performed at the location Monday through Friday between the hours of 7:00 AM and 4:00 PM. Lebanon Veterans Affairs Medical Center 1700 S. Lincoln Ave. Attn: Med/Surg Activation Lebanon, PA 17042 The contractor must provide all labor, materials, tools, equipment, and supervision needed to prepare for and complete the installation of the equipment in the space determined by the Government. BD Pyxis Medication ES Dispensing Tower (Medstation) to be installed in the following locations: Location Qty Type of Cabinet Extra Components Med-Surg Activation Project, Building 104 1 1 1 MESR6B--0H--0N3U2M0B1V MEDSTATION,ES,MAIN,6DR AES-7---0H--0N5U1M0B1V MEDSTATION,ES,AUX,7- DRAWER AES-D--------------- MEDSTATION,ES,AUX,TOWER, DC 6 drawer main no mini-drawers but will need a return bin. 7 drawer auxiliary Double column auxiliary Contractor must remove and dispose all waste materials related to installation from installation locations and the Lebanon VAMC facility grounds. Test and Acceptance: Contractor must test all equipment after installation. The government must accept equipment once installation and successful testing has been completed and approved by the COR. All hardware will be installed and operational in accordance with manufacturer s specifications and Lebanon VAMC Information Technology (IT) requirements. 3. Training: Training to pharmacy and nursing staff must be provided by the contractor. Training must be scheduled during normal work hours. Work Hours: Standard Operational Hours are 0730-1600, Monday thru Friday. Date and time for scheduling training must be coordinated with the COR. CONTRACTOR RESPONSIBILITIES: The contractor must be responsible for the following: Contractor must provide qualified and VA credentialed personnel to perform the installation of the items as noted in this SON. Contractor must test all system/software after installation and prior to government acceptance. Contractor is responsible for conducting onsite training. Training times must be coordinated with COR. Contractor is responsible to ensure all equipment to be installed meets VA standards. VA Handbook 6500: Information Security Program VA Handbook 6550: Pre-Procurement Assessment for Medical Devices Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. Contractor is responsible for securing all materials, equipment, and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates will be maintained by the COR of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. GOVERNMENT RESPONSIBILITIES: The COR will assume responsibility for the installation and performance of all equipment and work necessary for completion of this project. Government will provide site access and escorts to the customer's location to where the equipment is located. Government will provide adequate space for the work to be performed. Government will provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. The COR is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The COR does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer must issue such changes. Request for Information Instructions 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer 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 under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (4) If you are a large business, do you have any designated 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 subcontract 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 an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/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 in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (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 DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to no later sarah.chrostowski@va.gov than, 3:00 PM Eastern Standard Time (EST) on March 24, 2023 with 36C24423Q0440 in the subject line. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, Sarah Chrostowski. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist, Sarah Chrostowski. 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. 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. End of Document

Overview

Response Deadline
None
Posted
March 21, 2023, 9:34 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
On 3/21/23 VISN 4 issued Special Notice 36C24423Q0440 for BRAND NAME | Pyxis MedStation/Med-Surg Activation Lebanon VA Medical Center.
Primary Contact
Title
Contract Specialist
Name
Sarah Chrostowski   Profile
Phone
(814) 860-2010

Documents

Posted documents for Special Notice 36C24423Q0440

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Special Notice 36C24423Q0440

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice 36C24423Q0440

Similar Active Opportunities

Open contract opportunities similar to Special Notice 36C24423Q0440

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 244-NETWORK CONTRACT OFFICE 4 (36C244)
FPDS Organization Code
3600-00244
Source Organization Code
100163848
Last Updated
March 31, 2023
Last Updated By
Sarah.Chrostowski@va.gov
Archive Date
March 31, 2023