SOURCES SOUGHT
65 -- Brand Name Only - BD Pyxis Med Station ES Tower
- Notice Date
- 6/24/2025 12:44:53 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0790
- Response Due
- 7/8/2025 10:00:00 AM
- Archive Date
- 08/07/2025
- Point of Contact
- McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
- E-Mail Address
-
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name Only BD Pyxis Med Station ES Towers. The machine will be delivered to the Lebanon VA Medical Center, located in Lebanon, PA 17042. SCOPE OF NEED: The Lebanon Veterans Affairs Medical Center (VAMC) has a Brand-name Only requirement for five (5) 4-Drawer BD Pyxis Med Station ES Towers. The medication dispensers will be utilized for routine storage and dispensing of medications in our various VA Community Clinics (VACC). This is a brand name only solicitation due to the current BD Pyxis server in place at the facilities. This ensures continuity of care facility wide and the seamless transition with the existing Pyxis Medication Management System. Installation and training will be required. BACKGROUND: Lebanon VAMC is currently in the process of adding additional medication dispensers at our VA Community Clinics. A purchase of five (5) 4-Drawer BD Pyxis Med Station ES Towers are needed to support the enhanced patient workflow. GENERAL TASK REQUIREMENTS The contractor must provide all labor, equipment, tools, materials, supervision, and other items necessary to deliver, train, and install the equipment. Contractor must have an existing installation at another VA medical center which includes: Server and equipment must have connection to existing VA network, utilizing VistA and PADE. Existing installation must be functioning properly within 90 days. 1. Salient Characteristics: Five (5) MESRS- 1B, BD Pyxis Med Station ES Towers, 2HH, 4 Drawer/Part# 352 to include the following: The following components are required for the workflow system: secure narcotic storage barcode automation including bar code scanner (2-D, LED) uninterruptible power supply sealed keyboard with slide-out tray with silent, tactile feedback keys under translucent elastomer cover thermal printer electronic documentation compatibility and integration with CPRS, VistA, BCMA, Gravimetrix System, and Alaris IV pumps integrated inventory management system for patient pharmacy automated formulary integration recommended PAR levels manage medications, including IV compound ingredients bar code scanning bar code labeling system for medications inventory utilization user access management facilitation of tech-check-tech integration with medication dispensing cabinets integrated PC screen on cabinet with touch screen fingerprint biometric capability multiple cell cabinet configuration various configurations of drawers within each cabinet ease of changing drawers alert to open appropriate drawer and compartment internal, removable compartments within each drawer and various configurations internal and external flexibiliy of location of return bin storage for PO meds, liquids, topicals, eyedrops, large and small volume IVs ability to have individual profile and non-profile configurations full user security with various access levels track usage, missed doses, patient history and drawer inventory diversion software installation of medication cabinets backup battery: 30 seconds for safe shut-down during power failure casters and levelers Warranty: All equipment and materials must come with a standard one-year manufacturer(s) warranty.� Warranty must begin after installation of equipment and completion of tests. The following software interface must be configured on the system: Network connectivity between medication cabinets, server, and VA Network Inventory management software, server, and VA Network 2. Delivery/Installation: The Contractor must deliver and install all equipment required under this SON within ninety (90) calendar days or less from the date of award, unless otherwise directed by the Contracting Officer. Access to an unloading dock will not be available. Lift gate at destination is required. Delivery and installation kick-off discussion must be coordinated with the POC within fifteen (15) calendar days of contract award. Contractor must coordinate at least 72 hours prior to required delivery date with the POC to make sure no changes are needed for delivery of the med stations and that a government appointed subject matter expert will be available at the VACC on the delivery date. The POC has no authority to change the terms and conditions of the awarded contract. If changes are required, the POC will coordinate with the Contracting Officer. Work is to be performed at the location Monday through Friday between the hours of 8:00 AM and 4:00 PM. Federal holidays include New Year s Day; Martin Luther King Day; President s Day; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day and Christmas Day. Med station quantities and delivery/installation locations are as follows: Location Physical Address Qty Type of Cabinet/Part Number Components Cumberland VACC 5070 Ritter Road, Mechanicsburg, PA 17055 1 Tower Combo/352 4 drawers, 2HH York VACC 2251 Eastern Blvd. Suite 101 York, PA 17402 2 Tower Combo/352 4 drawers, 2HH Berks VACC 2762 Century Blvd. Suite 120 Wyomissing, PA 19610 1 Tower Combo/352 4 drawers, 2HH Lancaster VACC 212 Willow Valley Lakes Drive, Lancaster PA 17584 1 Tower Combo/352 4 drawers, 2HH The contractor must provide all labor, materials, tools, equipment, and supervision needed to prepare for and complete the installation of the equipment in the space determined by the Government. Test and Acceptance: Contractor must test all equipment after installation.� The government must accept equipment once installation and successful testing has been completed and approved by the government s appointed POC or subject matter expert.� All hardware will be installed and operational in accordance with manufacturer s specifications and Lebanon VAMC Information Technology (IT) requirements. 3. Training: Onsite training to pharmacy and nursing staff must be provided by the contractor. Training must be scheduled during normal work hours. Work Hours: Standard Operational Hours are 8:00 AM to 4:00 PM, Monday thru Friday. Date and time for scheduling training must be coordinated with the POC. CONTRACTOR RESPONSIBILITIES: The contractor must be responsible for the following: Contractor must provide qualified and VA credentialed personnel to perform the installation of the items as noted in this SON. Contractor must test all system/software after installation and prior to government acceptance. Contractor is responsible to ensure all equipment to be installed meets VA standards. VA Handbook 6500: Information Security Program VA Handbook 6550: Pre-Procurement Assessment for Medical Devices Contractor is responsible for ensuring the proper disposal of all debris generated from installation activities. Contractor must remove and dispose all waste materials related to installation of the med station from installation locations and the VA Community Clinic facility grounds. Contractor is responsible for securing all materials, equipment, and tools while on government property or in the government facility. The Government is not liable for any lost or stolen items that are not properly secured. Contractors coming on station or working remotely will be required to take the VA Privacy and Information Security Awareness Program and the Privacy and HIPAA Training. Completed training certificates will be maintained by the POC of this contract for audit purposes. Appropriate fingerprinting and background investigation is required. GOVERNMENT RESPONSIBILITIES:� The Government will assume responsibility for the installation and performance of all equipment and work necessary for completion of this project. Government will provide site access and escorts to the customer's location where the equipment will be located/installed. Government will provide adequate space for the work to be performed. Government will provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POCs. The Government POC is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Need; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The Government POC does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Need, the Contracting Officer must issue such changes. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on July 8, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/313b8457ecbe473daa49e45073a11a66/view)
- Place of Performance
- Address: Lebanon VAMC 1700 S. Lincoln Ave., Lebanon 17042
- Zip Code: 17042
- Zip Code: 17042
- Record
- SN07487800-F 20250626/250624230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |