SOLICITATION NOTICE
70 -- Profile Upgrade for Pyxis Medstation - Columbia, MO
- Notice Date
- 6/3/2025 10:59:47 AM
- Notice Type
- Solicitation
- NAICS
- 513210
—
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525Q0387
- Response Due
- 6/9/2025 5:00:00 AM
- Archive Date
- 06/24/2025
- Point of Contact
- Erika Kobulnicky, Contracting Specialist
- E-Mail Address
-
Erika.Kobulnicky@va.gov
(Erika.Kobulnicky@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Contract Description: Profile upgrades for current Pyxis Medstations GENERAL INFORMATION 1.0 Scope of Work: The Contractor shall deliver all items listed in section 3.0 All items must meet all salient characteristics defined in section 3.0 2.0 Background: BD Pyxis is a sole source contract that was written VISN wide. Adding profiling ability to these five existing units would match the rest of the machines (from same original contract) that are already profiled. To be clearer, the upgrades would occur through software upgrade on same equipment. The software upgrade is proprietary to this particular brand of equipment. Profiling a Pyxis machine enhances medication safety by not allowing removal of medication without having a prescription order verified by a pharmacist prior to removal for administration by a nurse or provider. CONTRACTOR REQUIREMENTS 3.0 Technical Requirements/Tasks: Equipment below includes shipping, installation, and a one?year warranty. Product ID: 135291-01 Product Name: 135291-01 Profile Upgrade for Medstions Tr.Type: EXP Quantity: 5 4.0 Government Furnished: The Truman VA Pharmacy Department will provide government-furnished support, data, property or facilities. The Truman VA has the responsibility for reviewing and approving reports and final products generated under the contract. 5.0 Deliverables / Schedule: 5.1 Delivery and Install Timeframe: Immediate upon award NLT July 14, 2025 5.2 The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately 14 days prior to the initial award delivery date for verification of delivery dates. 5.3 The Contractor may be required to adjust the delivery date from the date specified in the contract award document. 5.4 A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. 5.5 Delivery Location: Contractor shall deliver designated equipment to the respective operational sites: Columbia VAMC Attn: Pharmacy 800 Hospital Drive Columbia, MO 65201-5275 6.0 Travel: The Contractor will be responsible for the cost for travel requirements, locations involved, number of trips (if known), and duration of anticipated travel. 7.0 Contractor�s Key Personnel: The Truman VA hospital Chief of Pharmacy, Associate Chief of Operations and Contracting Officer Representative are considered key to successful performance of the contract and the information required to support key personnel qualifications. 8.0 Security Requirements: Security background checks are not required. 9.0 Data Rights: If data is to be produced, furnished, acquired, or used in meeting contract requirements, the respective rights and obligations will become property of the government regarding the use, production, and disclosure of that data. 10.0 Section 508 � Electronic and Information Technology Standards: When information technology is to be acquired, the contractor will obey the government Section 508 requirements. 11.0 Training 11.1 VA HIPAA and Rules of Behavior Training is required when contractors have access to PII/PHI. 11.2 Contractor shall complete all Privacy and Security training in accordance with VA guidance.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/63bf43dd66314ef7849a16258b8ce62b/view)
- Place of Performance
- Address: Columbia, MO 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN07464535-F 20250605/250603230053 (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 |