Skip to main content

An official website of the United States government

You have 2 new alerts

6515--36C242-25-AP-0892 | 528-25-1-7085-0017 BD LOGISTICS VA-25-00031652

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Jan 27, 2025 02:45 pm EST
  • Original Date Offers Due: Feb 04, 2025 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Syracuse VAMC 800 Iriving Avenue Syracuse , 13210

Description

Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 01/01/2025 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ-Combined Synopsis. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-01 (eff. 11/12/2024) This solicitation is total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing with a size standard of 1000 employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment and Supplies. The Syracuse VA at Syracuse NY is seeking to purchase brand name only-BD Pyxis Logistics Software which integrates with the Pyxis ES Medication distribution equipment that is currently in use at Syracuse VAMC Pharmacy. All interested companies shall provide quotations for the following: Line-Item Number, Description details, Quantity, Unit of Measure, Unit of Price, Total Price, and Grand total Price. Please ensure that your quote covers the cost for everything requested in the SOW. We must see the breakdown of every line item. B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ S-H------100-------- PHARMOGISTICS ES SW HOSP 0002 1.00 EA __________________ __________________ S-H------100-------- PYXIS CHECK SW HOSP 0003 1.00 EA __________________ __________________ 139176-01 PLX Server 2019 Software Only 0004 1.00 EA __________________ __________________ 135343-01 CCE Site (Covered under Enterp 0005 1.00 EA __________________ __________________ 136572-01 Pharmogistics Site Implementat 0006 3.00 EA __________________ __________________ 130978-02 SCNR,MT2070,HD,WL,2D,KEYPAD 0007 2.00 EA __________________ __________________ 138658-01 PRINTER ZT411 THRML BAR CODE,S 0008 1.00 EA __________________ __________________ 130990-02 KIT-INSTALL,PHARMOGISTICS/CARO 0009 4.00 EA __________________ __________________ 356688-04 HANDSET STAGED TC52x-HC FIPS 0010 4.00 EA __________________ __________________ 138541-01 KIT ZQ630 PRINTER US W/ 6 LBL 0011 4.00 EA __________________ __________________ 356825-01 CRADLE SGL SLOT USB AND CHGR T 0012 6.00 MO __________________ __________________ Monthly Support Fee Statement of Work BD Pyxis Logistics Software For Inpatient Pharmacy Syracuse VAMC A. GENERAL INFORMATION 1. Title of Project: BD Pyxis Logistics Software 2. Type of Contract Contemplated: Base year and four options years B. SCOPE General scope of this procurement is to purchase BD Pyxis Logistics Software which integrates with the Pyxis ES medication distribution equipment which our site currently uses. BD Pyxis Logistics Software helps track, report and manage medication inventory. In addition, the software has a barcode verification feature that reduces medication errors by confirming the right drug is picked or restocked. Currently, the inpatient pharmacy does not have an inventory management software. BD Pyxis Logistics Software will decrease costs by providing inventory management. C. REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS Common Nomenclature (commercial description): BD Pyxis Logistics Software Intended use: Inventory management/Barcode verification. Equipment with which the item is used: Pyxis ES medication distribution equipment. End item application: Pyxis ES medication distribution equipment. D. OTHER UNIQUE REQUIREMENTS The contractor shall provide a customizable inventory management system. A. System is fully customizable at the customer level. Many changes and additional evaluation elements can be added by the facility as they are needed and may be changed by the facility as needed. B. Provide access to all pharmacy staff C. System needs to have the ability for real-time inventory tracking, order generation, inventory receiving, electronic data interchange interfaces with 2 suppliers, and generates reports detailing drug utilization/order saving opportunities D. Full-service setup and ongoing support will be provided. E. The ability to analytically streamline workflows with retrospective trending and reporting, across the inpatient pharmacy F. Provide metrics that can help track inventory loss G. Has the ability to identify potential diversion issues. H. Assist with preventing stock-outs by optimizing medication PAR levels I. Barcode verification feature that will confirm the right drug is picked or restocked. E. DELIVERY Vendor will deliver item within 45 days from purchase. F. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) N/A G. SECURITY H. Vendor personnel will be subject to Background Investigation BGI in order to access VA system I. Vendor personnel will be required to take annual Privacy and security training and sign Contractor Rules of Behavior ROB J. SPECIAL MATERIAL REQUIREMENT N/A K. PLACE OF PERFORMANCE Syracuse VA Medical Center (Pharmacy) 800 Irving Ave Syracuse NY, 13210 Outpatient Pharmacy L. PERIOD OF PERFORMANCE The period of performance for this contract will be 30 calendar days from award notice. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (End of Addendum FAR 52.212-1) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEPT 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1)Is set aside for small business and has a value above the simplified acquisition threshold; (2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; 36C24225Q0262 (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart  4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government s control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. Submission Instructions: Technical packages (proposals) must be received not later than February 4th, 2025, 3:00 PM EST. The government will only accept electronic submissions via email. Send all quotations to Lorraine.Hussain@va.gov. The email subject line must identify Solicitation 36C24225Q0262. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Offers that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions shall include: a. Completed acknowledgement of amendments sections (if applicable). Buy American Certificate included with quote. b. A technical submission to describe the offeror s capability and experience in delivering the services in the Statement of Work (SOW) via 52.212-2 Evaluation of Commercial Items section. c. Past performance information via 52.212-2 Evaluation section. d. Completed Section Price/Cost Schedule. e. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. (End of Provision) 2. FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous and best value to the Government, given price and other factors considered. Comparative analysis may be used. The following factors shall be used to evaluate quotations: 1. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The technical capability will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the SOW, solicitation, and based on the information requested in the instructions to quoters section of the solicitation. The Contractor must demonstrate in their technical capability the understanding of this requirement needs by providing a capability statement with relevance of the scope of work regarding the BD Pyxis monitoring software as stated in the SOW. Specific Scope of Work: The quoter will be evaluated on how well their technical capability statement demonstrates how the vendor will meet the needs of this requirement for BD Pyxis preventative maintenance as specified in scope of work. See the SOW. Technical Experience: The quoter will be evaluated on how well their technical experience reflects that the offeror is a firm who regularly is engaged in the performance of work as stated in scope of work and complexity. The Offeror's experience will be evaluated on their proficiency in performance of the duties as requested. Authorization: Provide documentation the vendor performing the services have been trained, authorized and licensed by Bayer Healthcare to provide preventative maintenance and calibration on equipment specified in SOW. Past Performance: The offeror will provide at a minimum three past performance of similar scope or complexity. Information to include a description of work done. The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (End of Addendum to FAR 52.212-2) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (NOV 2023) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 Show FAR clauses followed by VAAR clauses in numeric order. List all clauses incorporated by reference in numeric order under 52.252-2 (see below), starting first with FAR and followed by VAAR. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATURES OR EXECUTIVE ORDERS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2024). 52.252-2, Clauses Incorporated By Reference (FEB 1998) VAAR 852.211-72 TECHNICAL INDUSTRY STANDARDS (NOV 2018) VAAR 852.219-73 VA NOTICE OF TOTAL SET-ASIDE FOR CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (JAN 2023) (DEVIATION) VAAR 852.219-76 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.242-71 ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) VAAR 852.247-73 PACKING FOR DOMESTIC SHIPMENT (OCT 2018) (End of Addendum to FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (NOV 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.204-24, Representation Regarding Certain Telecommunications and Video surveillance Services or Equipment (NOV 2021) 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) 52.212-2 Evaluation-Commercial Products and Commercial Services (NOV 2021) 52.212-3 Offeror representations and Certifications-Commercial Products and Commercial Services (MAY 2024) All quotes must be sent to the NCO 2 at LORRAINE.HUSSAIN@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than February 4, 2025, 3:00PM EST at LORRAINE.HUSSAIN@va.gov. Telephonic communication will not be accepted, all and any matter regarding this combined synopsis/solicitation must be sent by email to Lorraine.Hussain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact LORRAINE HUSSAIN, Contracting Officer, 585-393-8526, and LORRAINE.HUSSAIN@va.gov

Contact Information

Primary Point of Contact

Secondary Point of Contact





History