Arkansas Bids > Bid Detail

6515--Brand Name Only-CGS Cordless VCMA FIrmware Scanner Kit Little Rock VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159847135756604
Posted Date: Jun 20, 2023
Due Date:
Solicitation No: 36C25623Q1266
Source: https://sam.gov/opp/e757a46d4c...
Follow
6515--Brand Name Only-CGS Cordless VCMA FIrmware Scanner Kit Little Rock VA Medical Center
Active
Contract Opportunity
Notice ID
36C25623Q1266
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: Jun 20, 2023 07:05 am CDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Central Arkansas Veterans Healthcare Sys North Little , 72114
Description
Department of Veterans Affairs
Network Contracting Office (NCO) 16
Request For Information (RFI)

DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.

1. Title: (Brand Name Only) CGS CORDLESS BCMA FIRMWARE SCANNER KIT-LITTLE ROCK VAMC.

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:

Item No
Or Stock#
Description
quantity/Unit
1952HCF
1952HCF-CGS Enhanced Honeywell-based 1952HHD Cordless BCMA Firmware Scanner Kit: Includes BCMA Firmware, setup card, FIPS 140-2, USB, 3 Year Standard Factory Warranty with ABMS/TCG EWP
Warranty
1 EA

The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 339112 is 1,000 Employees.
STATEMENT OF WORK

3. CAVHS is requesting BCMS scanners to implement Executive Decision Memo to implement the facilities Outpatient Medication Safety Initiative. The initiative has been approved by CAVHS executive leadership which addresses a critical patient safety issue related to medication administration in outpatient areas.

4. Scope of Work:
Must be Wireless
USB Connection
Trigger Activated Scanning
Must record administration of scheduled medications including topical, unit dose, IV push and IV piggyback medications
Must have 1D and 2D scanning capabilities, even on damaged and poor-quality barcodes.
Has disinfectant ready plastic housing to protect the scanner from the harmful effects of cleaning chemicals.
Size roughly height: 6.3 in width: 2.8 in length: 4.1 in
Product weight of no more than 215g
Must have User Indicator
Must have a minimum of 50,000 scans per charge

5. Delivery:

Vendor shall deliver equipment no later than 30-days from the date of award.
Four units to be delivered to each of the following sites Monday Friday (Excluding National Holidays), 8am 4:30pm:

Central Arkansas Veterans Healthcare System Warehouse
2200 Fort Roots Dr.
North Little Rock, AR. 72114

Salient Characteristics
BCMA Scanners
Must be Wireless
USB Connection
Trigger Activated Scanning
Must record administration of scheduled medications including topical, unit dose, IV push and IV piggyback medications
Must have 1D and 2D scanning capabilities, even on damaged and poor-quality barcodes.
Has disinfectant ready plastic housing to protect the scanner from the harmful effects of cleaning chemicals.
Size roughly height: 6.3 in width: 2.8 in length: 4.1 in
Product weight of no more than 215g
Must have User Indicator
Must have a minimum of 50,000 scans per charge
6. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:

a. Where are the requested items/equipment manufactured?

Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?

Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?

The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________

Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________

e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?

Please provide proof of qualifications.

f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?

If so, please identify the contract number for the Government to review as part of this Market Research.

7. Opportunity/Market Pricing: The Little Rock VA Medical Center is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Little Rock AR VAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.
8. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 3:00pm (CST), Thursday, June 22, 2023 via email to latonya.mack@va.gov

RFI responses are due by 11:00am (CST) Tuesday, June 27 , 2023 size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).

VAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16.

9. Contact Information:

LaTonya G Mack
LaTonya.Mack@va.gov

Your response to this notice is greatly appreciated!
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
  • Jun 20, 2023 07:05 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 >