SOURCES SOUGHT
65 -- HCHT Pharmacy Robot Dispensing System Upgrade
- Notice Date
- 7/15/2025 10:44:53 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0680
- Response Due
- 7/25/2025 9:00:00 AM
- Archive Date
- 08/09/2025
- Point of Contact
- James Ferro, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
james.ferro@va.gov
(james.ferro@va.gov)
- Awardee
- null
- Description
- Page 1 of Page 1 of Page 1 of Page 1 of DESCRIPTION This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 12:00 PM EST, July 25th, 2025. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of SBA certification via https://veterans.certify.sba.gov/All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 339112 Surgical and Medical Instrument Manufacturing Suggested PSC: 6515 Medical and Surgical, Equipment, and Supplies Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. Items to be Procured: Item Description QTY Part # SP 200/CCC (6 slot) Robotic Prescription Dispensing System with 6 slot Collating Control Center 1 HO613980 SP Datapoint Pharmacy Data Terminal 12 UR321397 Notice Board 40 Prescription Notification Board 40"" 1 XG859952 Electronic Signature Electronic Signature Device 2 OM Full Disk Encryption (per server computer/HCI VM) Full Disk Encryption (per server computer/HCI VM) 2 YO937923 Customer Hard Drive Retention HCI 1000 / HCI 2000 / Workflow Platform Server Security Entitlement: Customer Hard Drive Retention HCI 1000 / HCI 2000 (per node) / Workflow Platform Server (per server) 1 OM *1 Customer Hard Drive Retention Robotic Systems Security Entitlement: Customer Hard Drive Retention Robotic System (per robot) 1 OM *1 Endpoint Security Management (per pharmacy) Endpoint Security Management (per pharmacy) 1 OM Endpoint Security (per server/client computer) Endpoint Security (per server computer, HCI VM, client computer) 16 OM SPCE On-Site Upgrade, Gen 9, Server OS 2019, SQL 2019 Server Upgrade: Windows 2019 Operating System, SQL 2019 Database, and Generation 9 Computer Hardware Upgrade for the SP Central Expanded Server (includes both primary and secondary servers) 1 OM Customer Owned Equipment Uninstall Customer owned ScriptPro equipment that will be uninstalled and support terminated, includes; (1) Virus Protection Platform and (2) Electronic Signature Device 3 n/a Installation Installation and configuration of all items Statement of Work: Technical Requirements: The Robotics and Workflow System shall be able to interface with the current pharmacy information system. The system shall be able to interface with the current inventory system. The system/equipment shall be compatible with the ScriptPro infrastructure that is not being replaced in this requirement (printers). The system shall be compatible with the incoming Cerner patient health record. The system shall be approved to be on the VA network via a completed national enterprise risk assessment. All units and systems described in the above Technical Requirements section shall require connection to the VA network. The Contractor shall complete the VA s required documentation for networked medical devices. Should the manufacturer of the equipment not have an approved Enterprise Risk Analysis completed, this will be required in order to fully install the system on the network. Following purchase, the VA will provide specific network information for the configuration of the system. If remote support is required, the Contractor must have a completed MOU/ISA. Any software shall have the latest or most appropriate version agreed upon with the VA. Upon upgrade, the system will be on the latest operating system approved for use. This will be Windows 11 OS, Windows Server 2019, Windows SQL 2019 or greater. The procurement shall include on-site implementation/installation. The procurement shall include training for the operators. The procurement shall include basic maintenance/troubleshooting training for the technicians maintaining the system. The procurement shall include services to update the interface information. The procurement shall include shipping/delivery. Salient Characteristics: The system shall consist of: One (1) Robotic Prescription Dispensing System with 6 slot Collating Control Center Must offer at least six (6) collating slots to store completed prescriptions. Must display patient names on LED displays on both sides of the collating slots. Must offer up to two hundred (200) medication cells. Must used gravity-based dispensing, without air compressors. Must print and apply the prescription label after filling the prescription. Must offer a universal medication cell that can be calibrated on site. Must have lockable doors protecting access to the medication cells. Must only require access from the front. Twelve (12) Pharmacy Data Terminals The workstation must display on-screen prescription status lists and automate the collation of patient prescriptions. The workstation must group an order by patient. The workstation must offer multiple functions such as filling, verifying, batching, and dispensing to allow for greater flexibility. The status of all prescriptions is immediately viewable on any system screen throughout the pharmacy. The workstation must print a vial label including auxiliary labels with a picture and description of the drug dispensed after a barcode scan is electronically matched to the prescription. The workstation will not produce a vial label if the wrong drug barcode was scanned. The system must be able to be configured to track employees who scan the wrong product codes. This data must be tracked through reports for better security and accountability. The system must support a drug database complete with full color drug pictures, detailed drug descriptions, and auxiliary labels to support vial label printing and prescription inspection and verification. The system must allow for multiple batches for a patient if one prescription needs to be stored in a different location. The system must allow custom prescription storage locations to meet pharmacy s specific needs. The system must allow patient specific alerts that can be set to display at the fill, verify or dispense process. The system must allow all processing exceptions electronically: Partial Fills, On Hold or On File prescriptions. One (1) Prescription Notification Board 40 Must display patient names for prescription pickup. Must display called ticket numbers. Two (2) Electronic Signature Devices Must interface with system to electronically capture patient signatures regarding drug counseling decisions. Two (2) Full Disk Encryptions (per server) Must provide low level sector encryption. Must conform with HIPAA and HITECH encryption requirements. One (1) Customer Hard Drive Retention (Datapoints and servers) Must allow for a predetermined plan for customer to retain hard drives. One (1) Customer Hard Drive Retention (Robotic System) Must allow for a predetermined plan for customer to retain hard drives. One (1) Endpoint Security Management (per Pharmacy) Sixteen (16) Endpoint Security Management (per server and client computers) One (1) Server Upgrade (Windows 2019, Windows SQL 2019) Must include all hardware, configurations, and software required for full integration of all items listed above. Configuration and installation for all of the above items Trade-in credit for existing SP Datapoints, Notice Boards and SPX00 or CRSX Robotic Dispensing System If you are interested, please e-mail the following information: Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cd0821314d2429d85d62f6f7f3b0b93/view)
- Place of Performance
- Address: Department of Veterans Affairs Beckley VA Medical Center 200 Veterans Ave, Beckley, WV 25801, USA
- Zip Code: 25801
- Country: USA
- Zip Code: 25801
- Record
- SN07510709-F 20250717/250715230053 (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 |