Utah Bids > Bid Detail

6515--(C2) Surgery Service Equipment Request EER 146794. Condonics Safe Label System.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159687844755070
Posted Date: Nov 10, 2022
Due Date: Dec 10, 2022
Solicitation No: 36C25923Q0066
Source: https://sam.gov/opp/736c41d1e1...
Follow
6515--(C2) Surgery Service Equipment Request EER 146794. Condonics Safe Label System.
Active
Contract Opportunity
Notice ID
36C25923Q0066
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 10, 2022 02:54 pm MST
  • Original Response Date: Dec 10, 2022 10:00 am MST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Salt Lake City Veterans Health Care System 500 Foothill Drive Salt Lake City UT , 84148
    USA
Description
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information.
If your company is interested please read this notice entirely and submit the required information, as requested herein.
Medication Label System
The Salt Lake City Veterans Health Care System is in need of a Safe Label System (SLS) that is an FDA-approved medical device that improves the safety and accuracy of medication management, integrating worldwide recognized best practices and international standards. A complete solution to enhance patient care, SLS uses barcode technology to read information from a drug container and electronically verify it against the hospital s pharmacy-approved formulary database at the point of care.
Description:
Salient Characteristics
Includes a 2D barcode on labels enabling electronic documentation of the medication in the patient s AIMS/HER
Data analytics provide pharmacy insight into the OR
Data analytics provide pharmacy insight into the OR
When integrated with AIMS, identifies syringes prior to administration, provides warnings for expired syringes, patient allergies or adverse drug interactions
When integrated with AIMS, identifies syringes prior to administration, provides warnings for expired syringes, patient allergies or adverse drug interactions
When integrated with an anesthesia cart, SLS can help to decrease stock-outs, improve inventory control, and increase charge capture
Integrated touch screen computer
Universal Input: 100-240 VAC, 50/60 Hz
14.5 lbs. (6.6kg)
FDA Class II medical device
Produces TJC and ASA-compliant labels
No manual entry required
Labels generated to include:
o Name
o Strength/Concentration
o Amount
Ability to make multiple labels from single scan
Prints labels for IV, invasive monitor lines, patient labels or customized labels
SLS labels enable drug and concentration to be confirmed prior to administration
Includes audible/visual identification at preparation and verification at administration
Integrates with/on anesthesia drug carts for convenience during preparation
Provides visual and audible alerts for drug name, concentration, date/time of expiration, recalled drugs, expired drugs and dilution required
Integrates with AIMS including Epic, iMDsoft, Plexus, etc.
Includes starter kit (ink/labels)
Items to be purchased
12 Safe Label System
6 Kit Mounting Arm
1- SLS AT Site lic
1- SLS AT Accessory Kit
60- monthly Support service

The contractor will deliver the requested products to:
Salt Lake City VAMC at 500 Foothill Drive Salt Lake City UT 84148

This shall be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor.

This is anticipated to be a commercial service acquisition under the authority of FAR Part 13, Simplified Acquisition Procedures for Commercial Items.

The work will be performed for the following location:

Salt Lake City Veterans Health Care System
500 Foothill Dr. Salt Lake City. UT

IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.

QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) certified technicians to perform services with unrestricted access to the facility during inclement weather. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507.
Please communicate via e-mail to and copy dale.childress2@VA.Gov by 10:00 AM MT on 10 December 2022 as to your company s ability to perform service per this brief Scope of Work.
If interested, please provide the following:
1. Provide company s capability statement describing ability to perform Preventative Maintenance services as outlined
2. Please state your company s business size in relation to above NAICS Code and provide your socio-economic category if applicable
3. Please state if you will be subcontracting any portion of the work or specifically state if no subcontracting will be performed
4. IF subcontracting, provide the name and socio-economic category of the subcontractor
5. Outline the specific tasks to be performed by the Prime Contractor and the specific tasks required to be performed by a subcontractor
6. Please provide your UEI Number or CAGE Code
7. If you have an FSS/GSA contract that includes this service, provide FSS/GSA contract number if applicable
Only written responses, to items 1 through 7 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes.
DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI.
Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/
Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp
To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp
To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp
To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 10, 2022 02:54 pm MSTPresolicitation (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 >