6515--Omnicell Pharmacy Carousels Brand Name 36C25623Q1531 -RFI-Sources Sought Notice

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Mississippi
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159009115206211
Posted Date: Jul 27, 2023
Due Date: Aug 3, 2023
Solicitation No: 36C25623Q1531
Source: Members Only
Follow
6515--Omnicell Pharmacy Carousels Brand Name 36C25623Q1531 -RFI-Sources Sought Notice
Active
Contract Opportunity
Notice ID
36C25623Q1531
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jul 27, 2023 09:20 am CDT
  • Original Response Date: Aug 03, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 02, 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:
    Gulf Coast Veterans Health Care System Bldg. 26 Warehouse Biloxi , MS 39531
    USA
Description
1. Title: Omnicell Pharmacy Carousels

2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77056, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for two brand name Omnicell Pharmacy Carousels.

Contractor will provide all personnel, installation, training, labor, shipping, and delivery for two brand name Omnicell Pharmacy Carousels. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement.

3. Objective: To find qualified and certified contractors with the capability to provide all personnel, installation, training, labor, shipping, and delivery for two brand name Omnicell Pharmacy Carousels.

Salient Characteristics for Omnicell Pharmacy Carousels, accessories and components include but not limited to:

Product
Description
Qty
CPA-PKG-012
CENTRAL PHARMACY BLISTER PACKAGER Solution Includes: Standard Components Kit,
Organizer Med Gauge, Components Kit Plates Kit 1
Alum 2 Plastic Installation, Training Unit Dose Printing, System Consumables Kit
1
CPA-PNT-007
CPA SATO LABEL PRINTER,
WS408
5
CPA-SCN-001
2D BARCODE SCANNER,CPA
5
CPA-SCN-002
BIO-ID READER,DESKTOP,USB
5
CPA-TRN-002
CENTRAL PHARMACY SYS
ADMIN TRAINING
1
MAA-OPT-010
ASSY,HOSE,50'
1
TTR-007
RIB, THERM TRANSFR WAX
(6"X1476') 12/CS
1
UDM-PACK
UNIT DOSE PACK, MED, CLASS
B, 32000
1

If installed side by side, a minimum of 3" should be left clear between carousels as well as a minimum of 3" to both the left of the leftmost carousel and the right of the rightmost carousel.

A minimum of 2" above the height of the system is required for installation.
Minimum 5 ft clearance (measured from the machine face) required in front of carousel.
18" on the swing arm side of the carousel.
For installation of carousel units > 7 carriers: If there is a concrete ceiling or beam above installation area, the facility will anchor a steel plate to the ceiling or beam. A chain hoist will be used to lift the end frames to vertical. An alternative option is use of a girder clamp.

Electrical Requirements Per Carousel:
208 VAC 3 phase 60 Hz, 20A with local disconnect (neutral not required)
Single phase, 115 120 VAC, 60 Hz, 15A
Strongly recommend both power drops are provided from an emergency power source.

Network Connectivity (Carousel Equipment):
5 IP Addresses required per carousel:
If carousels are installed side by side, a minimum of 3" should be left clear between carousels as well as a minimum of 3" to both the left of the leftmost carousel and the right of the rightmost carousel.
A minimum of 2" above the height of the system is required for installation.
Minimum 5 ft clearance (measured from the machine face) required in front of carousel.
18" on the swing arm side of the carousel.
For installation of carousel units > 7 carriers: If there is a concrete ceiling or beam above installation area, the facility will anchor a steel plate to the ceiling or beam. A chain hoist will be used to lift the end frames to vertical. An alternative option is use of a girder clamp.

HVAC Requirements: 2,927 BTU/Hr at 100% duty cycle
Noise Emission: Carousel CPU (static IP)
Carousel Operator's Panel (static IP)
Carousel Light Bar (static IP)
Carousel Workstation (static IP or DHCP)
Carousel Label Printer (static IP)

4. Place of Performance: Gulf Coast Veterans Health Care System
Warehouse Bldg 26
400 Veterans Ave
Biloxi, MS. 39531

5. Responses Requested: The NCO 16 requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research.

a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number.
b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications.

c. Is your company considered small under the NAICS code: 339112?
d. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above?

e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM).

f. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer?

g. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule?

h. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response.

i. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response.

j. Information for the product being requested, is it manufactured outside the US-Domestic non-available?

k. Information for the product being requested, is it a foreign manufactured end product under the trade agreement?

l. What is your schedule of delivery after receipt of order for the product?

m. For the product required, Is your company available under any;

Government Wide Agency Contract (GWAC)
General Services Administration Schedules (GSA)
Indefinite Delivery Indefinite Quantity (IDIQ)
Blanket Purchase Agreement (BPA)

If so, please list the contract and SIN number for which the product can be procured under.

n. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed for the product being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison to the product meeting the specific requirements per the Sources Sought Notice.

o. Contractors shall provide an estimated industry pricing for product for market research and budgetary purpose.

6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives.

7. Instructions and Response Guidelines: Sources Sought/RFI responses are due by August 3, 2023 at 10:00 am (CST) via email to anthony.marion2.gov.

All Questions shall be submitted by July 31, 2023 at 10:00 pm (CST) via email to anthony.marion2.gov.

Telephone requests or inquires will not be accepted.

Public Information will not be provided and shall be utilized to the full extent possible.

This a New Requirement.

The subject line shall read: 36C25623Q1531 -RFI-Sources Sought- Omnicell Carousels. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o).

Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as "market research" and will not be released outside of the NCO 16 Purchasing and Contract Team.

This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ.

8. Contact Information:
Contract Specialist, Anthony Marion
Email address: anthony.marion2@va.gov

Your responses to this notice are appreciated.

THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 27, 2023 09:20 am CDTSources 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 >