Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2009 FBO #2818
SOLICITATION NOTICE

65 -- Robotic Prescription System

Notice Date
8/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454390 — Other Direct Selling Establishments
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264509RC30040
 
Archive Date
9/2/2009
 
Point of Contact
Erin M Cotter, Phone: 301-619-1086, Tameka N Davis, Phone: 301-619-1677
 
E-Mail Address
erin.cotter@med.navy.mil, tameka.davis@med.navy.mil
(erin.cotter@med.navy.mil, tameka.davis@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND SYNOPSIS AND SOLICITATION The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with ScriptPro USA, Inc, 5828 Reeds Rd, Shawnee Mission, KS 66202, as the only responsible source that can provide a system that does not require medication dispensing cells to be shipped offsite for cleaning and calibration and can provide a picture of and physical description of the prescribed medication on the printed label attached to each individual vial. The requirement is for a robotic prescription dispensing system. The robotic prescription dispensing system shall be able to automatically select a prescription vial of the proper size, fill the vial with the proper medication and print and apply the correct prescription label directly to the filled vial. The prescription label shall include standard prescription information, a bar code, USP auxiliary label as well as a picture of and physical description of the medication inside each prescription vial. The system shall use bar codes to confirm correct drug product and strength. Vials shall be filled directly from drug dispensing cells to prevent cross-contamination. The vial shall be collated and uncapped for the pharmacist to perform a final verification. The system shall have drug dispensing cells that can be cleaned and calibrated onsite by pharmacy technicians when changing the medication dispensed by the individual cells. The system shall not require dispensing cells to be shipped offsite for cleaning and calibration prior to use with a new medication. The system shall have a minimum of 200 drug dispensing cells, a minimum prescription filling speed of 150 prescriptions per hour, and allow for three separate vial sizes, from multiple manufacturers, to be loaded into the system at once. The system shall use the Microsoft XP operating system. The system shall also be capable of interfacing with CHCS and Centricity Software System as it becomes available. The system shall be DITSCAP certified or have DITSCAP interim authority. The total weight of the system shall not exceed 2600 lbs. The electrical requirement for the system is 120 VAC, 60 Hz, and single phase. The systems shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 454390. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to erin.cotter@med.navy.mil No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264509RC30040/listing.html)
 
Place of Performance
Address: Naval Medical Center- Portsmouth, Portsmouth, Virginia, 23708, United States
Zip Code: 23708
 
Record
SN01906325-W 20090812/090811002506-569f155abc85be2cfa16a58f13fb7a61 (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  © 1994-2020, Loren Data Corp.