7A21--Pharmacy Software and Subscriptions – Simplifi 797 with Critical Point USP 800 Wilkes-Barre VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Type of Government: Federal
Category:
Posted: Apr 18, 2024
Due: Apr 22, 2024
Solicitation No: 36C24424Q0624
Publication URL: To access bid details, please log in.
Follow
7A21--Pharmacy Software and Subscriptions – Simplifi 797 with Critical Point USP 800 Wilkes-Barre VA Medical Center
Active
Contract Opportunity
Notice ID
36C24424Q0624
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2024 08:53 am EDT
  • Original Response Date: Apr 22, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 513210 - Software Publishers
  • Place of Performance:
Description
Page 3 of 6

INTENT TO SOLE SOURCE

The Department of Veterans Affairs, Network Contracting Office 4 (NCO4) intends to sole source a contract for Simplifi 797 with Critical Point and USP 800 Module for the Wilkes-Barre VA Medical Center. All work is to be completed in accordance with statement of work. This sole source contract will be solicited and negotiated with Pharmacy OneSource, Inc., 525 Junction Rd Ste 5000, Madison, WI 53717-2154 under the authority of FAR 13.106-1 Single Source Justification.

See attached Draft Statement of Work (SOW).

The North American Industry Classification System (NAICS) code for this procurement is 513210. The Small Business Administration (SBA) size standard is $47 Million.

Interested vendors that can meet this requirement, shall identify their interest and capability, and respond to this notice by 04/22/2024 by 15:00 PM EST. Interested vendors must send a capability statement, no more than one page in length; to include Company Name, ueiSAM Number, Socioeconomic Category, brief description of your business entities capability to handle this project at the Lebanon VA Medical Center.

This Special Notice of Intent to Sole Source is for planning purposes only. No solicitation will be made available. This is not a request for quotations. All information shall be provided at no cost or obligation to the Government. Responses must be sent via email to the Contracting Specialist at christa.stine@va.gov.
Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon the responses to this notice is solely at the discretion of the Government. If no responses are received, Contracting will proceed with the sole source negotiation with Pharmacy OneSource, INC.
STATEMENT OF WORK

SCOPE OF WORK: This is a new requirement for Wilkes-Barre VAMC for Base plus 4 years. The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform the following:

Installation and implementation of a fully functional Simplifi 797 Software system.
Clinical Training for Wilkes Barre VA Medical Center staff (Webex and Online)
Technical Training for Wilkes Barre VA Medical Center staff. (Webex and Online)

1. EQUIPMENT

The following equipment/software shall be provided and installed by the Contractor in the space determined by the Government. All equipment/software installed by the Contractor shall be in new condition and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment/software listed below as applicable.

Simplifi 797 w/ Critical point
USP 800
Web based application
Ensure staff and patient safety: With 24/7 monitoring and alerts to QA plan deviations, overdue task and other key notifications; expert consultations on facility-specific QA plans, policies and procedures, and continued best practice offerings.
Maximize operational efficiency: Simplify, streamline and automate cleanroom operations, enhance and automate compliance tracking documentation, and ensure trouble-free regulatory inspections everything needed to maintain compliance with half the resources.
Standardize training and best practices: Web-based compounding training streamlines staff competency validation and offers easy access to CE Credit, while a comprehensive list of observational staff competencies helps validate proficiency and sterile cleanroom operations.
Scale for health systems: Best practices can easily be streamlined and standardized across multiple locations, while system-level risk, trends and deviations are more rapidly identified and communicated with on-demand reporting capabilities.
The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation.

2. SALIENT CHARACTERISTICS

The Contractor shall provide a fully functional system that meets the following characteristics:

Pharmacy OneSource Application Security
Web-based applications deployed via a Software-as-a-Service (SaaS) model
Secure SSL connections
External firewalls are configured for SSL utilizing the 2048 bit standard
Servers located within an SSAE16 and SysTrust certified data center

The software should facilitate generation of summary reports and
Provide an established algorithms to run reports, including counts and lists
Allow to create and save new algorithms to run reports
Run quality reports
By personnel
By procedure
By date
By standard

2. AREAS TO BE SERVICED
(one or all as necessary and appropriate to this contract)

Department of Veterans Affairs
Wilkes Barre VA Medical Center
Pharmacy Service
1111 East Ned Blvd
Wilkes Barre, PA 18711

3. INSTALLATION

The Contractor shall provide all labor, materials, tools, equipment/software and etc. to prepare for and complete the installation of the equipment/software in the space determined by the Government.

Project implementation meetings, if necessary, shall be coordinated with the COR.

Installation and implementation dates are to be coordinated in advance with the Contractor and the COR.

All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access if applicable.

All installation personnel shall be trained by the manufacturer on how to properly install the equipment/software. Resumes and certifications shall be submitted for review upon request by the Government.

All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work.

The Contractor shall communicate to the Government the estimated downtime required to complete full installation and testing of Simplifi 797. If the Contractor is unable to install the equipment/software to its normal operational state within 24 hours the Contractor shall compensate the Government for the downtime by extending the warranty service in a period equivalent to the downtime of the equipment.

The Contractor shall be responsible for the safe removal and disposal of all trade-in equipment/software as applicable.

The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation if applicable.


4. TRAINING

The Contractor shall provide a comprehensive training program to consist of Webex and other online trainings for the operating clinicians. This training program shall include at the minimum the following sessions: (i) Technical Training, (ii) Operational Training, (iii) Administrative Training, and (iv) Hardware and Software Trouble-shooting. Training shall be accessible during normal business hours, 7:00am-4:30pm, Monday through Friday. Competency assessments shall be provided with the training.

The Contractor shall provide general overview technical training for Clinical Engineering personnel as requested. Training shall include a technical overview of the mechanics, electronics, and general operations of the system. Training shall cover detailed instruction regarding the preventative maintenance, troubleshooting, and general maintenance of the equipment/software.

5. INSPECTION AND ACCEPTANCE

The Contractor shall conduct a joint inspection with the COR upon delivery of equipment/software.
Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s) if applicable.
The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.

6. WARRANTY
The contractor shall provide a one year manufacturer s warranty on all parts and labor.
The warranty shall include all travel and shipping costs associated with any warranty repair.

7. TASK FREQUENCY AND INSTRUCTIONS

The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR.

Equipment delivery shall not preceed installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support. Implementation and integration with VistA CPRS shall not exceed 90 days from date of award if applicable.
8. SPECIAL WORK REQUIREMENTS

The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Wilkes Barre VA Medical Center during all portions of the work set forth in the Scope of Work.

The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work.
9. PROPERTY DAMAGE

The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (e.g. trees, shrubs, lawn/turf, cubs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.

10. ATTACHMENTS

None.

11. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS

The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court.

12. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD

The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall:

A. Have methods by which all employees are educated as to risks associated with blood borne pathogens.

B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens.

C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens.

D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract if onsite.

13. INFORMATION SECURITY LANGUAGE

Please add security clauses 1, 6, and 7 from VA directive 6550 Appendix C
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 18, 2024 08:53 am EDTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow J063--Services for intrusion detection system (IDS) & Physical Access Control (PACS...) Place ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/03/2024

...Follow J063--Services for intrusion detection system (IDS) & Physical Access Control (PACS... Physical ...

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 5/03/2024

...Follow Next Generation Command and Control (NGC2) Capability Characteristics Active Contract... and services. ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...WEAPON CENTER Sub Command 2 NUCLEAR COMMAND, CONTROL & COMMUNICATION WEAPON Office FA8221 ...

DEPT OF DEFENSE

Bid Due: 11/24/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.