DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI
1. Title: Pneumatic Tube System-Little Rock VA Medical Center (LRVAMC)____________
2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:
Model / Part Number
Item /Description of Supplies/Equipment
Qty
Outpatient RX Tube Station Add
1
Perform all scope in existing areas during weekday after normal working hours
1
Include class 2 dust control (material + labor) on all install in existing areas
1
The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __333922__ is __500 employees_.
Statement of Work
The Statement of Work for this project is to properly install the Swiss Log pneumatic tube system within the LRAC (outpatient pharmacy) so that the system effectively coordinates the safe and secure delivery of appropriate medications via the pneumatic tube system already functioning to deliver tubed medications/supplies to/from any area on the pneumatic tube system from/to the LRAC pharmacy at the JLM facility.Â
CONFIDENTIALITY AND NONDISCLOSURE: The Vendor understands and agrees that confidential information (patients, employee, or facility) must be secured and protected always. The Vendor and its personnel shall be held liable in the event a breach of confidentiality occurs because of the Vendor or its employees. The Business Associate Agreement between the Department of Veterans Affairs Veterans Health Administration and Translogic Corporation dba Swisslog Healthcare is applicable to this contract.
CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
Please refer to attached Information Security Checklist Form 6500.6 to determine if C&A requirements apply, and if a Security Accreditation Package is required.
INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION:
The contractor will have access to VA Desktop computers and will have access to online resources belonging to the government while conducting services.
Vendor shall not retain hard drives or other storage devices. These items will be retained by the facility for sanitization/destruction per local information security protocols.
PRIVACY OFFICER:
The contractor will have access to Patient Health Information (PHI) or they will have the capability of accessing patient information during the services provided to the VA.
RECORDS MANAGER:
There will be federal records created, maintained, used, or disposed of with this contract; regardless of format or mode of transmission.
a. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
3. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:
a. Where are the requested items/equipment manufactured?
Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice
b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?
Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice
c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?
The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:
Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________
Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________
e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?
Please provide proof of qualifications.
f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?
If so, please identify the contract number for the Government to review as part of this Market Research.
4. Opportunity/Market Pricing: The LRVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the LRVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.
5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 1:00pm (CST), August 12, 2022 via email to latonya.mack@va.gov
RFI responses are due by 11:00am (CST), August 16, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: LRVAMC Pneumatic Tube System for Pharmacy Outpatients. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).
Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by LRVAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16.
7. Contact Information:
LaTonya G Mack
LaTonya.Mack@va.gov
Your response to this notice is greatly appreciated!