United States - Drug Storage-Prescription Filling & Retrieval System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
30 August 2019
Opportunity publication date
06 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 05, 2019 12:31 pm

THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.

This is solicitation, no. W81K0219Q0205; Purchase Request; 0011347326, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118; Size Standard for small business is 1,000 Employees. RFQ is being issued as a SMALL BUSINESS SET-ASIDE. This requirement is for a Drug Storage, Prescription Filling and Retrieval System to be utilized at the McChord AFB Pharmacy, located at Joint Base-Lewis McChord (JBLM), Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0009.
All responsible Contractors shall provide an offer for the following Brand Name GSL IntelliSystem or
Equal Products:

LINE ITEM 0001: IntelliSys Mgt Operating System, 2.0 EACH: 00002
LINE ITEM 0002: IntelliCab: 4- Drawer Will-Call Storage EACH: 00004
LINE ITEM 0003: IntelliPad RFID Reader for Coupling Work Station EACH: 00003
LINE ITEM 0004: SC-01 Bar Coder Scanner *2D Optical Bar Code Scanner EACH: 00010
For Coupling and Dispensing Work Stations
LINE ITEM 0005: GSLANSET-01 GSL Auto Notification Setup Fee EACH: 00002
LINE ITEM 0006: Notification "Text/Voice" 12 Months Messaging EACH: 00012
LINE ITEM 0007: IntelliCab/Vault Training (Training Days) EACH: 00002
LINE ITEM 0008: Installation - SEA/WA EACH: 00001
LINE ITEM 0009: FREIGHT / SHIPPING EACH: 00001
Salient Characteristics/Minimum Characteristics
Pharmacy - Will Call System - is required for managing the daily average of 1000 medication refills. This allows for the safe and efficient management of patient medications.
1) Physical Characteristics
a) The technology solution cannot rely on batteries as the main or back up power source for bags or containers.
b) Must meet security requirements for controlled drug prescription storage.
c) Must utilize workflow baskets that can replace current baskets utilized in pharmacy workflow. These workflow basket must be RFID enabled, have attaching lids and be able to be inserted within the will call cabinets.
d) Cabinets must be in three or four drawer vertical configuration with cells that uniquely fit the small, medium and large baskets with attached lids.
e) The cabinet must have RFID readers and be able to read the RFID enabled baskets discretely and uniquely.
f) The cells must have lights and the system have audible sound to alarm or confirm user activity in real-time.
2) IT and Interface System Characteristics
a) Must provide backup servers and addition back up methods for the Will Call System data base.
b) Must provide built in UPS for the Will Call System.
c) Must have demonstrated capabilities to automatically send compliance data to outside drug reporting agencies.
d) Must be able to send text and voice messages automatically for prescription ready for pick up. Must be able to support this function in "real time" for prescriptions dropped off and the patient is waiting in close proximity to the pharmacy. Must be able to set time parameters for first notification as well as second and third reminders if desired.
e) Must be able to integrate with customer's LDAP single user sign up credentials.
3) Operational Characteristics
a) Must ensure that dispensing errors and HIPAA violations do not occur by selecting the wrong patient from the will call storage system. If wrong medication is accessed, the system should alarm in real time, audible alarm automatically without further scanning and before user returns to the patient with the wrong medications in their possession.
b) Must use a "blind" second patient identifier for accuracy for patient look up ahead of user access to the medication. Alternatively, system must be able to scan patients ID cards if used by the customer's pharmacy.
c) Must manage return to stock aging and automatically direct the user to the correct storage location(s) for performing return to stock function.
i) Must be able to remove the prescriptions from the Will Call data base without any additional scanning or user interaction.
ii) Must have the ability to send return to stock data to the customer's pharmacy management system and or inventory system.
iii) Must have the ability to move a return to stock prescription and automatically convert

the status to "stock" to be used for the next fill of the same medication (controlled drug storage system) while maintaining quantity, expiration date and lot number for said prescription.
iv) System must be able to be used for both stock storage and will call at the same time. The system must be able to differentiate return stock for legend drugs and controlled or high value drugs and support this activity with proper authorized roles and permissions.
d) Must be able to restrict any users access to the Will Call System and prevent removal of any other prescription(s) from the will call system without further scanning by the user to do so.
e) Must have permissions that restrict users from certain functions and access
f) Must utilized the concept of roles that allow administrators and managers to assign permissions for users
g) Must have the ability to hold a prescription in will call that cannot be dispensed (recalled medications, expiration date, physician's hold, other).
h) Must have the capability to require mandatory pharmacy handling or consult for "high alert" medications that are dispensed from the Will Call System.
i) Must have the capabilities directing user to the proper work flow container in work flow if the container has not be placed in the Will Call Storage system.
j) Must have real time audible and visual alarms on the Will Call Storage system for unauthorized entry, expired time for cabinet to be opened, wrong pull.
k) Must be able to provide integrated signature capture devices that allow for signature capture for walk in and drive through patient pick up without any additional scanning of the prescription as they are dispensed.
l) Must be able to provide the discreet location(s) of any drug within the Will Call System.
m) Must record all instances of user activities and access for tracking and audit purposes.
n) Must have the ability to automatically print required FDA medication guides at time of pick up without any additional user interaction.
i) Must track medication guide and ensure that patient signs for receipt of medication guide.
o) Must be able to utilized customer's existing refrigeration storage and "oversized prescription" storage areas in the same data base and under the same control as the Will Call System cabinets.
p) Must be able to provide real time reports for physical inventory of the Will Call System.
4) Additional Requirements for Stock Storage Common Platform
a) Must have the ability to interface with "stock storage" cabinets on a common operating system and RFID platform provided by the vendor.
b) Must use a standard container for will call and stock storage in such a manner that return to stock containers from will call can be immediately placed in the stock storage cabinet without removing the contents from the container, and be immediately available for the next fill of that drug. The system maintains complete history of drug NDC, quantity, expiration date, and lot number for proper filling on the next use.
i) Stock Storage cabinets must be compliant for storing controlled drugs.
ii) Stock Storage cabinet system must perform receiving, dispensing, and will call storage for controlled drugs.

iii) Prescriptions filled from the stock storage system can immediately be placed in the common will call storage system without any additional user interaction.
iv) Stock Storage system must maintain complete chain of custody of controlled drugs from receipt to dispensing utilizing real time RFID tracking and real time alarms.
v) Stock Storage system must maintain accurate and real time perpetual log for purposes of regulatory and compliance reporting thereby replacing any manual or virtual logging of activities.
vi) Stock Storage system must be able to control roles and assignments thereby allowing different staff members to perform receiving, stocking, filling, Pharmacist check based on customers best practices and workflow and provide "hard halts" if work flow steps or chain of custody is violated.
vii) Stock Storage system must support the customer's physical inventory requirements.
  EVALUATION OF FACTORS:
Award will be made based on Technically Acceptable, then Lowest reasonable price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.
Technical Factors are more important than Price. Price must be determined to be fair and reasonable.
The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims; 52.242-13 Bankruptcy
The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components.
The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil .
All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF.
Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . ** RFQ Offers are due by 30 August 2019 @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff are accepted at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil.
**Note: RFQ Offers must contain the following information: Solicitation Number, Contractor's Representative Name & signature with the date in order to be accepted for consideration.
Contracting Office:
Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503
Place of Delivery:
Madigan Army Medical Center
Bldg. 9665 South & Perry Street
Tacoma WA 98431
If there are any questions, please present your questions in writing by email to; Walter J. Bischoff; Only prior to the closing date of this solicitation: walter.j.bischoff.civ@mail.mil

Opportunity closing date
30 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army REGIONAL HEALTH CONTR OFC PACIFIC United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?