Search Contract Opportunities

LIQUID UNIT DOSE PACKAGING SYSTEM

ID: 36C25021Q0318 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial items 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 for quote to be requested with no other form of written solicitation to be issued. This solicitation RFQ-36C250-21-Q-0318 is issued as a request for quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-13-2017. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 750 in number of employees. This is a solicitation only pertaining to brand name or equal to item(s). Supply necessary materials and/or parts for LIQUID UNIT DOSE PACKAGING SYSTEM per the attached requirements, and Statement of Work. Materials and parts will be delivered to; VA Northern Indiana Health Care Systems, Marion Campus, 1700 E. 38th Street, Marion Indiana, 46953, Pharmacy Department, FOB destination. Requirements: Description of Equipment or Supplies: Item Description Qty FD-5H Fluidose 5- (Syringe/Valve System) 1 5008-BN Fluidose - UDCUP, 7mL Blue - 3,000 (100x30) 1 5001M Fluidose - LIDDING, 2.125'- 4000LFT (4x1000') - Matte Finish 1 T002P Ribbon, Trnfr FD 2.09' - 7,080LFT (6x1080) 2 5512 Fluidose - TUBING, Syringe, (Pinch Valve), Small - 10 1 5510-2 Syringe - 10mL Luer-Lok TM tip - 200 1 SF-1 Auto-Draw Oral Syringe Filling System 1 SF-5701 Auto-Draw Tube Set, Oral Syringe, Standard - 25 1 SF-5705 Auto-Draw Supply Container, Syringe Filler - 10, 200ml 1 SL-1 Auto-Wrap Syringe Labeling System 1 SL-11510 Auto-Wrap Syringe Label (Flag), (1.0" print area) 1 INST-MPI Installation and Training - 3 machines total 1 S&H-MPI Shipping and Handling 1 Statement of Work/Salient Characteristics BACKGROUND: VA Northern Indiana Health Care Systems, Marion Campus, 1700 E. 38th Street, Marion Indiana, 46953 is in need of a Liquid Unit Dose Packaging System that can prepare cups and syringes that prepares medications for inpatient distribution on the medical wards. The packager creates designated prepackaged cups or syringes that includes specific stamped information; drug description, strength, Lot#, expiration date, manufacturer, drug file number assigned to that drug, barcode for dispensing to meet the BCMA drug administering requirement. OBJECTIVE: To improve patient safety and reduce possible medication errors. SCOPE: Government to purchase new tabletop liquid unit dose packager system for the Marion campus. Pharmacy will request a support and maintenance contract through Biomed after the first year as it is patient critical equipment. SYSTEM REQUIREMENTS: Will NOT be attached to the network (must be stand-alone). Will require 110v, 12 amps of uninterruptible power supply. Electrical power and space is available. EQUIPMENT SPECIFIC REQUIREMENTS: (a) Different color supplies such as cups to differentiate certain medications (b) Must print barcode on package (c) Must be able to fill cups of different sizes (d) Must be able to fill and package syringes (e) Must have an auto syringe wrap and fill system (f) Must work with Windows 10 (g) Must have thermal transfer labeling (h) Must be able to document the user, date and time (i) Must have a data base with retrievable information for a log/library INSTALLATION AND MAINTENANCE REQUIREMENTS: Vendor will install and provide training. HOURS OF OPERATION: Hours of operation for installation are Monday through Friday 8:00am to 4:30pm. Installation should be coordinated with the Pharmacy supervisor. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. The following additional provisions apply: 52.212-2, Evaluation-Commercial Items, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, technical, price and past performance considered. To be technically acceptable the offeror shall meet or exceed the Government's specifications. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote. 52.212-4, Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. 52.212-5, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through Tungsten upon delivery of ALL items listed on spreadsheet. From the VAAR the following apply: 852.232-72 Electronic submission of payment requests. All invoices must be submitted to Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. 852.246-71 Inspection of all parts will be held. If goods are rejected, they will be held for 15 days, if not replaced, the rejected merchandise will be returned to the contractor at their risk and expense. Payment of invoice will be delayed. Contact: Lonnelle Jones, Contracting Specialist, via email at Lonnelle.jones@va.gov. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must be received by 01/19/2021 by 4:00pm EST to Lonnelle.Jones (Lonnelle.jones@va.gov).

Overview

Response Deadline
Jan. 19, 2021, 4:00 p.m. EST Past Due
Posted
Jan. 14, 2021, 5:14 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
NORTHERN INDIANA HEALTH CARE SYSTEM-MARION 1700 E. 38TH STREET 46953 United States
Source
SAM
Links

Current SBA Size Standard
800 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 4 days, below average for the VISN 10: Healthcare System. 79% of obligations for similar contracts within the Veterans Health Administration were awarded full & open.
On 1/14/21 VISN 10: Healthcare System issued Synopsis Solicitation 36C25021Q0318 for LIQUID UNIT DOSE PACKAGING SYSTEM due 1/19/21. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339113 (SBA Size Standard 800 Employees) and PSC 6515.
Primary Contact
Title
Contract Specialist
Name
LONNELLE.JONES@VA.GOV   Profile
Phone
(371) 988-1545

Documents

Posted documents for Synopsis Solicitation 36C25021Q0318

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C25021Q0318

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25021Q0318

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25021Q0318

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 250-NETWORK CONTRACT OFFICE 10 (36C250)
FPDS Organization Code
3600-00250
Source Organization Code
100167099
Last Updated
Jan. 22, 2021
Last Updated By
Lonnelle.Jones@va.gov
Archive Date
Jan. 22, 2021