The RFP Database
New business relationships start here

Omnicell Software, Installation, Support, Training


Nevada, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

1

This solicitation is open to all companies interested in providing a quotation.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
The solicitation number VA261-17-Q-0958 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 January 19, 2017.
This requirement will be made using a cascading set-aside under the associated NAICS code 339112 with a small business size standard of 750 Employees.
The full solicitation document is included as an attachment to this notice; to include: a list of contract line items, a Description of requirements for the items to be acquired, SOW/PWS, Date(s) and place(s) of delivery, and applicable clauses and provisions.
Basis for Award: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made based on lowest price technically acceptable.

This is a BRAND NAME OR EQUAL REQUIREMENT for the following:
Part Number: PVI-ANA-001
Pandora VIA Software Core Framework
Quantity: 1 Each
Manufacturer: Omnicell

Part Number: PVI-ANA-006
PVIA Clinical ADC App Module Pyxis
Quantity: 1 Each
Manufacturer: Omnicell

Link to Picture of Requirement: https://www.omnicell.com/Products/Enterprise_Analytics/Pandora_Analytics.aspx

Statement of Work and Sample Business Associate Agreement are attached.

Any equivalent products must meet the attached salient characteristics of the requirement. All responses must include product information that demonstrates equivalency to the salient characteristics. Deliveries must be completed by 30 September 2017, FOB-Destination, to the following location. Pacific Islands Healthcare System, 459 Patterson Road, Honolulu, HI 96819

The following provisions and clauses are applicable to this acquisition.

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm and www.acquisition.gov

52.252-2 Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/vffara.htm and www.acquisition.gov

Provisions Incorporated by Reference
52.211-6 - Brand Name or Equal (August 1999)
52.212-1 - Instructions to Offerors Commercial (Jan 2017)
Vendors are advised to:
Include a completed copy of their Representations and Certifications with their quote. AND
Include a statement specifying the extent of agreement with all terms and conditions, provisions included in this solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions or this solicitation may be excluded from consideration.
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2017)
852.273-70 - Late Offers (Jan 2003)

Clauses Incorporated by Reference (as applicable)
52.212-4 - Contract Terms and Conditions Commercial Items ((Jan 2017)
52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) The following blocks are checked: 14, 21, 22, 25-28, 33, 44, 48, 57
52.219-6 - Notice of Total Small Business Set-Aside. (Nov 2011)
52.232-40 - Accelerated Payments to SB Contractors (Dec 2013)
852.203-70 - Commercial Advertising (Jan 2008)
852.219 10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009)
852.219-11 - VA Notice of Total Veteran-Owned Small Business Set-Aside. (Dec 2009)
852.232-72 - Electronic Submission of Payment Requests (Nov 2012)
852.246-71 Inspection (Jan 2008)
852.246-70 Guarantee (JAN 2008) Insertion: at least 12 months.

Evaluation Procedures.
All quotations/companies will be evaluated for fair and reasonableness, best value to the United States, technical acceptability, and past performance.

Set Aside Cascading Set-Aside Procedures.
Any award resulting from this solicitation will be made using a cascading set-aside order of precedence. Based upon the market research, and the determination of the appropriate NAICS Code, it has been determined that SDVOSBs, VOSBs, Small and Large Businesses are likely to respond to this solicitation.

1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern. If only one SDVOSB responds, award will be made to that company if the product offered is technically acceptable.
2. If no SDVOSBs respond to this solicitation, any award under this solicitation will be made on a competitive basis to an eligible Veteran Owned small business [VOSB] concern. If only one VOSB responds, award will be made to that company provided that the product offered is technically acceptable.
3. If no VOSBs respond to this solicitation, any award under this solicitation will be made on a competitive basis to an eligible Small Business [SB] concern. If only one SB responds, award will be made to that company provided that the product offered is technically acceptable.
4. If no SBs respond to this solicitation, full and open procedures will be used and any award under this solicitation will be made on a competitive basis to any other eligible business (large/foreign) if the product is technically acceptable.
The VA contracting officer reserves the right to consider competitive quotes submitted from all responsible offerors (including large businesses) in determining the fair market price.

Due Date and Submission of Quotes:
The quotes are due on August 16, 2017, PST 1400 and shall be directed electronically to shannon.reid2@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contract Specialist, Shannon Reid, shannon.reid2@va.gov.

Shannon Reid
Contract Specialist
702-791-9000 x18932

shannon.reid2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP