West Virginia Bids > Bid Detail

6530--BCMA Scanner (Brand Name or Equal)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159050535788740
Posted Date: Aug 14, 2023
Due Date: Aug 22, 2023
Solicitation No: 36C24523Q1035
Source: https://sam.gov/opp/f7fcea4c93...
Follow
6530--BCMA Scanner (Brand Name or Equal)
Active
Contract Opportunity
Notice ID
36C24523Q1035
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 14, 2023 01:35 pm EDT
  • Original Response Date: Aug 22, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing
  • Place of Performance:
    Louis A. Johnson VAMC Clarksburg , WV 26301
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 7 of 7
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 7
Department of Veteran Affairs BCMA Scanner (Brand Name or Equal)
Request for Information (RFI)

The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). This RFI is issued for the purpose of conducting capabilities and market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a proposal. The Department of Veterans Affairs is not at this time, seeking proposals or quotes and therefore will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request.

The Government does not reimburse respondents for costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing an acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent.

Interested parties are responsible for adequately marking proprietary, restricted or sensitive information contained in their response. This is a request for information only and does not obligate the Government in any way, nor does it commit the Government to a specific course of action. The Government is seeking as much information as possible and a complete response from industry to this RFI during this market research activity may assist the Government in developing an acquisition strategy and finalizing any Product description/salient characteristics.

THERE IS NO SOLICITATION AT THIS TIME. IF YOU ARE AN SDVOSB, PLEASE STATE SO IN YOUR RESPONSE.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide a BCMA Scanner for the Louis A. Johnson Medical Center, Clarksburg, WV.
BACKGROUND:
Medical facility in need of a BCMA Scanner.
LOCATION:
Louis A. Johnson Medical Center, 1 Medical Center Drive Clarksburg, WV 26301

ITEM INFORMATION:
Product Number
Product Description
Units of Measure
Quantity
1952HCF-CGS
HONEYWELL, XENON XP 1952G, USB
HEALTHCARE FIPS KIT, GENERAL PURPOSE,1D, PDF417, 2D, HD FOCUS, USB TYPE A 3M STRAIGHT CABLE (CBL-500-300-S00), PRES CHARGE & COMM BASE(CCB10-010BT07N),CONFIGURED FOR BCMA INCLUDES TCG RESET SETUP CARD CSN: 6530-440027, NXA-NX
PLAN-INP. MENTAL HEALTH-SCANNER, BCMA

Each
20

ESTIMATED DELIVERY: 30 Days ARO
STATEMENT OF WORK:
Background
VA Clarksburg is in need of an additional twenty (20) Honeywell Xenon XP 1952G Scanners in order to expand Barcode Medication Administration (BCMA) into new areas throughout the hospital.
Specifications
Please see below for salient characteristics.

Item#
Item Description
QTY
1952HCF-CGS
HONEYWELL, XENON XP 1952G, USB HEALTHCARE FIPS KIT, GENERAL PURPOSE, 1D, PDF417, 2D, HD FOCUS, USB TYPE A 3M STRAIGHT CABLE (CBL-500-300-S00), PRES CHARGE & COMM BASE (CCB10-010BT-07N), CONFIGURED FOR BCMA INCLUDES TCG RESET SETUP CARD
20 EA
Delivery Location
Attn: (Patient Care Services)
Louis A. Johnson Medical Center
1 Medical Center Drive
Clarksburg, WV 26301

Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above.

The Contractor must comply and provide all necessary information to VA Clarksburg. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government.
Requested Delivery Date

Delivery of equipment is requested to occur on or before September 15, 2023.

Safety Data Sheet (SDS)

If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property.
Delivery Coordination

Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government.

Contractors desiring consideration shall send an email directly to the Contract Specialist referencing the following in the subject field, Clarksburg VAMC BCMA Scanner .
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics.

All emails from interested parties must be received by 12:00 PM EST, August 22, 2023
Please send your email response to: Ronnie.swailes@va.gov
This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 14, 2023 01:35 pm EDTSources Sought (Original)

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 >