Oklahoma Bids > Bid Detail

IV workflow system at CIH

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159693889502098
Posted Date: Feb 28, 2024
Due Date: Mar 11, 2024
Source: https://sam.gov/opp/363e26d0a1...
Follow
IV workflow system at CIH
Active
Contract Opportunity
Notice ID
IHS1489688
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
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 (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 28, 2024 10:59 am CST
  • Original Published Date: Feb 14, 2024 03:50 pm CST
  • Updated Date Offers Due: Mar 11, 2024 04:30 pm CDT
  • Original Date Offers Due: Feb 20, 2024 04:30 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 26, 2024
  • Original Inactive Date: Mar 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Claremore , OK 74017
    USA
Description





This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ)# IHS1489688. Submit only written quotes for. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. This solicitation is a 100% FULL AND OPEN. The associated NAICS code is 339112.





This RFQ contains Seven (7) Line Item:





CLIN



DESCRIPTION



QTY



UNIT



Unit Price



TOTAL



0001



IV workflow system that interfaces with current and future EMR CPIC 2023-50-0015



1



each







0002



Two (2) IV workflow systems interface implementation cloud implementation (virtual software fee 5 printers 2 color label printers 2 zebra barcode scanners first cloud license 5



year subscriptions 2nd cloud license 5 year subscription



12



each







0003



Base Year Monthly Support Services



12



each







0004



OY1 Monthly Support Services



12



Each







0005



OY2 Monthly Support Services



12



Each







0006



OY3 monthly support services



12



each







0007



OY4 monthly support services



12



each









PERIOD OF PERFORMANCE: BASE PLUS 4 OPTION YEARS







Vendor Requirements: SEE ATTACHED Statement of Work (SOW)







Submit Quotes no later than: 03/11/2024 @ 4:30PM CST to the Following Point of Contact: Misti Bussell, Purchasing Agent, misti.bussell@ihs.gov.





Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):



(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





Best Value (see criteria below)



1. Fully automated documentation and audit trail for each compounding procedure



2. History of all prepared medications



3. Preparation details: name, strength and dose of CSP, date and time of preparation, assigned internal ID#, identity of all persons involved in each step, name and strength of each component, weight/volume of each ingredient, calculations, total quantity compounded, assigned Beyond-Use-Date (BUD)/Storage requirements and if applicable: master formulation record (MFR) reference, calculations med, results of QC procedures, cross reference to MFP.



4. Allows fully customized workflows for each drug or protocol in the formulary.



5. The contractor shall ensure that the IV workflow solutions interfaces with RPMS/EHR for the Claremore Indian Hospital located in Claremore, Oklahoma.



6. Compounding capabilities: Transfers, dilutions (including QS), and reconstitutions.



7. Workflow configuration: includes weight, photo, label recognition, and /or barcode scanning for each step of the compounding process and for each drug/protocol, minimum dose: 0.1ml.



8. Dose Accuracy: Fully programmable by drug (default: +/-5%)



9. Power and Operational requirements: Power: 110VAC, 2.2A, Networking: RJ45 Ethernet.



10. Accessories: color printer, scanner



11. Software specifications: OS, windows server 2019 or 2022 with Microsoft .NET framework 3.5 installed.



12. Database: SQL







VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED – INCLUDES SERVICE CONTRACT.





This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.





PROVISIONS: The following FAR provisions apply to this solicitation:





FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).





CLAUSES: The following FAR clauses apply to this solicitation:





FAR 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023); FAR 52.212-5 (DEC 2023), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.







Miscellaneous:



NO FAX QUOTATIONS



ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)





All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >