The Department of Veterans Affairs VA Healthcare System, Network Contracting Office (NCO) 16 located at 5075 Westheimer Road, Suite 750, Houston, TX 77056 intends to solicit and negotiate a sole source to ScriptPro USA Inc., located at 5828 Reeds Road, Mission, KS 66202, to provide Upgraded System Equipment and Installation on already existing ScriptPro Pharmacy Robotic Dispensing System equipment. The associated NAICS code for this requirement is 339112, with a standard NAICS size of 1,000 employees.
SUPPLIES AND SERVICES REQUIRED:
The contractor shall provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary for purchase, installation and monthly subscription support of ScriptPro Upgraded Robotic Dispensing System Equipment and Software., all located at the Overton Brooks VA Medical Center at 510 E. Stoner Ave. Shreveport, LA 71101. The delivery and installation term are 90 days, with a 12-month period for the monthly subscription and support.
Item Number
Description
Quantity
SP 200/CCC 6 SLOTS
Robotic RX Dispensing System w/ 6 slot collating control center
1
SP Central Expanded Platform
1 SP Central Expanded Server and 1 SP Datapoint
1
Pharmacy Services Portal Server
Pharmacy Services Portal Server
1
Datapoint Terminal
Datapoint Terminal
2
Report Printer
Report Printer
1
Standard Interface
SP Central Database Export
1
Full Disk Encryption
Full Disk Encryption (per server computer/HCI VM)
2
SPDP/NB Factory Upgrade Windows 10
Client Upgrade Windows 10 Operating system upgrade for the SP Datapoint or Notice Board
14
Kiosk Factory Upgrade Windows 10
Client Upgrade Windows 10 Operating System and i5 computer and printer hardware upgrade for SP Kiosk
2
Installation
Complete Installation
1
Subscription
Monthly subscription and support
12
INTERESTED & CAPABLE RESPONSES:
NCO 16 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please provide all the following in your response:
Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address), GSA Contract number if applicable, and DUNS number. Please also include the North American Industry Classification System (NAICS) Code for which you propose to provide the service under for verification of your size standard.
A Capability Statement which provides detailed, specific information that demonstrates understanding of the tasks required and capability to perform the tasks as stated in the attached Statement of Work. Failure to tailor capability statement to this specific requirement may result in your company being determined non-responsive.
Capability to provide the required supplies and services as listed in the attached Statement of Work (See Attached Draft SOW). In this response, the contractor shall identify if at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The contractor shall also identify if they intend to subcontract with ScriptPro USA Inc. and what percentage of the work, they intend for ScriptPro USA Inc. to provide.
Authorization letter from ScriptPro USA Inc. you are approved to provide these services as stated in the Draft SOW.
Authorization letter from ScriptPro USA Inc. you are approved to provide OEM parts on the items listed in the Draft SOW.
If no responses are received, the Contracting Office will proceed with the sole source negotiation with ScriptPro USA Inc., located at 5828 Reeds Road, Mission, KS 66202.
Responses must be submitted by 2:00 PM CST, Friday May 27, 2022. Responses to the information request above may be submitted via email to Orita.Jarvis@va.gov.
This Special Notice of Intent to Sole Source is for planning purposes only. The results of this notice may assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted for this notice.