Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

65 -- AcuDose Cabinets

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs, Seattle VAMC, Department of Veterans Affairs Puget Sound Health Care System, Department of Veterans Affairs;Contracting Officer (S138P&C);VA Puget Sound Healthcare System;1660 So. Columbian Way;Seattle WA 98108
 
ZIP Code
98108
 
Solicitation Number
VA-260-08-RP-0430
 
Response Due
9/19/2008
 
Archive Date
10/19/2008
 
Point of Contact
Gloria CahillGloria.Cahill@va.gov<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA-260-08-RQ-00430 and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification Code (NAICS) for this procurement is 423450. The solicitation starts on the date this solicitation is posted and will end on September 19, 2008 at 4:00 P.M. Pacific Daylight time. FOB Destination shall be 1660 S. Columbian Way, Seattle, WA 98108. The VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle, WA 98108-4597, requires the following items: 1. 20 each McKesson AcuDose (or equal) RX Main with 3 HCD 2. 1 each McKesson AcuDose (or equal) RX Main with 1 HCD 3. 3 each McKesson AcuDose (or equal) RX Main with 2 HCD 4. 11 each McKesson AcuDose (or equal) RX Main Smalls 5. 20 each McKesson AcuDose (or equal) HCD Modules 6. 2 each McKesson AcuDose (or equal) RX Auxiliary 7. Annual maintenance on each device including service technicians responding on-site within 24 hours of system malfunction and first responder repair training program for on-site repairs. Salient Characteristics: 1. Capability of equipment to work with existing McKesson AcuDose equipment. 2. Capability to interface with VistA computer system to package patient specific medications. 3. Capability to securely store unit dose medications, IV fluids, bulk liquids, pre-filled syringes and controlled substances. 4. Medication storage cabinets with the capability of having inventoried monitoring from a central location within the pharmacy. In addition to providing pricing in response to this combined synopsis/solicitation, each offeror must provide evidence the equipment they are proposing meets the salient characteristics along with company representations and certifications to Gloria.Cahill@va.gov so they are received no later than the closing time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1 Instructions to Offerors - Commercial. The selected Offeror must submit a completed copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, will apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50 and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 60 days or less after receipt of order. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award can be made to them. Companies may register by going to the CCR website at http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c692899432eaaab7eebdd17fbf35462f&tab=core&_cview=1)
 
Place of Performance
Address: 1660 S. Columbian Way;Seattle, WA 98108-4597<br />
Zip Code: 981084597<br />
 
Record
SN01660557-W 20080907/080905220813-c692899432eaaab7eebdd17fbf35462f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.