Www.vendorportal.ecms.va.gov

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 201065AUTOMATION SYSTEMROBOTIC PRESCRIPTION DISPENSING SYSTEM ANDPHARMACY INTEGRATION SYSTEMPENSACOLA, FL (JACC OUTPATIENT CLINIC)71306-9004VA256-17-Q-051560N339112ALEXANDRIA VA HEALTH CARE SYSTEMNETWORK CONTRACTING OFFICE 16ALEXANDRIA VA HEALTH CARE SYSTEMPO BOX 69004ALEXANDRIA LA 71306-9004ARLENE BLADEContract Specialist Trainee(318) 466-4281DEPARTMENT OF VETERANS AFFAIRSGULF COAST VA HEALTHCARE SYSTEMJACC790 VETERANS WAYPENSACOLA, FL32507USAarlene.blade@Contracting OfficerThis is a Sources Sought/Market Research Synopsis ONLY. This Sources Sought is a market research tool to ascertain whether there are potential sources and their business size classification (HUB-Zone, 8(a), Small Business, Small Disadvantage Business, Women Owned Business, Service Disabled Veteran Owned Business, or Veteran Owned Business) relative to NAICS Code 339112 – Surgical and Medical Instrument Manufacturing. The Medical Center is particularly interested in identifying Service Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned-Small Business (VOSB) and their capability. We are seeking potential sources to provide, deliver, and install/configure all required software, hardware, and licenses for installation of medication dispensing system and server for “Outpatient Pharmacy” for the Gulf Coast Veterans Health Care System’s JACC located at 790 Veterans Way, Pensacola, FL 32507. The automation system must have a mechanism for patients to begin filling process by self-scanning VA ID cards to check in to Pharmacy. Data flow needs to be bidirectional between VISTA and automation system. The robot must count tablets/capsules and apply prescription and auxiliary labels. The robot must dispense medication directly into a bottle to avoid cross-contamination with other medications. It must be capability of filling at least 140 prescriptions per hour and cannot exceed 22 feet per unit. The automation system must only print a label at the final check point after the correct patient and drug are identified to avoid mislabeling. The printers must be capable of duplex printing. The system must capture images of medication dispensed to become part of the patient record. The robot must contain at least 200 dispensing cells per machine. A separate, compact robot must be available to dispense DEA scheduled medications. This robot must also count medication, apply prescription labels, and dispense medication directly into a vial. The compact robot cannot exceed 8 square feet. The system must also utilize an optical counting system to rapidly verify counts of tablets/capsules for DEA Scheduled medications. The count needs to be updated on screen 5 times per second. The optical counting system must also be able to recognize broken tablets or foreign matter and alert user. Upon completion of prescription filling process, 55 inch television display is needed to notify patients that prescriptions are ready for pickup. Ability to configure display from patient name, partial name display, and ticket number is required. The system must be capable of generating shipping labels for UPS, USPS, and FedEx for prescriptions that are to be mailed. Interface will select appropriate shipping based on drug characteristics (i.e. narcotic prescriptions will require a signature for delivery). The system must have an inventory management function. The system needs to interface with McKesson to automatically account for inventory received as well as auto-generate orders based on par levels. The system must have capability to print cycle count list. Optical counting bed is required to verify counts of tablets/capsules in cells. The Automation system must update drug database nightly and utilize nationally approved MOU/ISA. The canisters must be capable of dispensing tablets and capsules of various shapes and sizes. Calibration of canisters when new medications or manufacturers are acquired should be a simple process that can be accomplished locally.Ability to track stages of filling process and display filling statistics is required. Ability to change order of fills/batches based on priority is required. It must have a safety mechanism to only allow one person to work on a patient at a time to avoid errors. Administrator requires ability to remotely access and manage from an IT workstation.The system must interface with VISTA/CPRS/HL7. It must utilize Windows 7, Windows 2012 R2 or downgraded, and Windows 2012 SQL. System must be capable of operating utilizing only 20 AMP power outlet. It must not depend on air power pneumatics. Initial onsite applications training will be provided by the contractor. 4 day minimum Go-Live applications training to be used for technologists will be provided by the contractor. 2 day minimum follow-up onsite applications training to be used with the first 9 months from go-live for technologist training must be provided by contractor. Contractor shall adjust and calibrate equipment to specifications and ensure all pieces are functioning properly.Contractor shall provide services and material to ensure that the equipment functions per VA conformance standards. The contractor shall assist VA with install and updates of software to conform to the latest requirements of NFPA-99, TJC, HIPAA, NEC, OSHA, CAP, Federal and VA IT specifications as applicable. The equipment shall be maintained such that it meets or exceeds the performance specifications as established in the OEM’s technical specifications.On site and remote Support must be available by telephone 24/7/365 during installation period. Contractor shall adjust and replace non-consumable parts as deemed necessary to keep the products properly performing. Potential sources must be able to delivery, install, train and provide service maintenance. This notice is to assist the VA in determining sources only. This is not a solicitation for proposals or quotes. A solicitation will issued at a later date and time. All information submitted in response to this source sought notice is considered voluntary. Interested and capable respondents are requested to provide: company name, address, point of contact, phone number, DUNS number, geographical location, business size, number of employees and capability. Responses to this notice shall be e-mailed to Arlene A. Blade, Contracting Officer, at HYPERLINK "mailto:arlene.blade@" arlene.blade@. Telephone response will not be accepted. Responses must be received in writing no later than 4:00 PM CST on April 5, 2017. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download