Point-of-Use (POU) Automated Medical Supply Dispensing System with Software Application for Tripler Army Medical Center, Hawaii
ID: W81K0225QA009Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is seeking proposals for a Point-of-Use (POU) Automated Medical Supply Dispensing System with an accompanying software application for the Tripler Army Medical Center in Hawaii. The procurement aims to enhance hospital operations by providing a complete supply system, including installation services, compliance with cybersecurity standards, and training for staff, while ensuring the deinstallation of existing equipment. This initiative is critical for modernizing healthcare delivery and improving supply chain management within a federal medical facility. Interested vendors must submit their proposals by March 10, 2025, and can direct inquiries to Megumi Kuwada at megumi.kuwada.civ@health.mil or call 808-433-9489.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a federal solicitation, stating that the receipt deadline for offers has been extended to March 10, 2025. Key changes include responses to questions received and adjustments to the submission guidelines, specifically updating the due date for inquiries from March 3, 2025, to February 26, 2025. The attachment revisions include updates to the Performance Work Statement (PWS) to change system specifications from Windows 10 to Windows 11 within various paragraphs, as well as the addition of several new attachments, including master catalogs and CAD drawings. Contractors must acknowledge receipt of this amendment through specified methods to avoid rejection of their offers. This document emphasizes the importance of adherence to submission guidelines and deadlines in federal contract solicitations, ensuring compliance and clarity for potential bidders. The overall intention is to facilitate an organized procurement process while accommodating necessary modifications to the solicitation materials.
    The document outlines the inventory and allocations of medical supplies across various departments within a healthcare facility. It details specific storage locations and supply types, categorized by departments such as Anesthesia, Urology, General Surgery, and others, organized by room numbers and hardware type. For example, supplies are strategically placed in dedicated rooms such as OR supply rooms and clinics, ensuring accessibility for medical staff. The document serves as a comprehensive resource to track the distribution of medical inventory across distinct services and care areas, facilitating effective management of healthcare resources. The main purpose of this document is to maintain an organized system for managing medical supplies in compliance with operational standards. Furthermore, it aligns with government RFPs and grants by ensuring that healthcare facilities can efficiently respond to requests for proposals or funding opportunities that require accountability in the use of supplies and resources. The document signifies a commitment to optimizing health services through meticulous logistical planning and resource management.
    The document lays out guidelines and requirements for contractors participating in federal health care programs concerning exclusion criteria, privacy regulations, and operational standards. Contractors must ensure that employees or entities involved in contract execution do not appear on the Department of Health and Human Services (HHS) OIG's List of Excluded Individuals and Entities. They are required to verify this compliance before and during contract performance, with violations potentially leading to contract termination. Additionally, contractors must adhere to regulations regarding Personally Identifiable Information (PII) and Protected Health Information (PHI), complying with the Privacy Act, FOIA, and HIPAA guidelines. This includes ensuring proper records management, reporting procedures for breaches of data, and training staff on relevant privacy laws. The document emphasizes the importance of maintaining confidentiality and acting swiftly in case of data breaches, with clear reporting protocols to the DHA Privacy Office and necessary notifications to affected individuals. Contractor personnel are also prohibited from using tobacco products in designated medical areas, reinforcing health initiatives within military healthcare facilities. These comprehensive requirements are crucial for maintaining integrity, security, and compliance in federal healthcare contracting.
    The Tripler Army Medical Center (TAMC) requires a turnkey Point-of-Use (POU) Medical Supply Dispensing System, including equipment, software, cyber security, installation, and training. The project involves decommissioning existing Omnicell units, with the contractor responsible for disposal and site modifications. A thorough site visit is encouraged for prospective vendors. Key project tasks include collaborating with TAMC representatives, conforming to cybersecurity protocols, and ensuring system integration with existing hospital supply networks. The contractor must provide a project manager for coordination and report monthly on progress toward meeting Risk Management Framework (RMF) requirements. Deinstallation, installation, and system validation must adhere to strict safety protocols. Ongoing system maintenance, prompt repair services, and comprehensive user training are also mandatory. Key specifications include new, compatible equipment designed for hospital use, with specific size, weight, and operational criteria. This RFP highlights the Department of Defense's push for modernization and efficiency in hospital supply management, ensuring compliance with cybersecurity regulations while delivering a fully operational medical supply system.
    Tripler Army Medical Center (TAMC) requires a Point-of-Use (POU) Medical Supply Dispensing System to enhance its hospital operations. This includes the complete supply system, cybersecurity compliance, and installation services, which necessitate the deinstallation of current equipment. Interested vendors are encouraged to attend a site visit to understand the project's requirements fully. The scope includes the provision of various cabinets, an automated dispensing system, training for staff, and compliance with Department of Defense (DoD) cybersecurity requirements. Also outlined are responsibilities for project management, coordination with government representatives, and adherence to safety protocols during the installation. The contractor must ensure that all equipment is new and capable of integrating with existing systems, guaranteeing efficient supply chain management and data reporting capabilities. Comprehensive support and maintenance are necessary for two years post-installation. Moreover, training will be offered for various personnel roles, highlighting operational effectiveness and safety training for contractors. This initiative underscores TAMC's commitment to modernization, safety, and compliance within a federal healthcare environment.
    The Tripler Army Medical Center requires a comprehensive Point-of-Use (POU) Medical Supply Dispensing System, including equipment, software, cybersecurity, network setup, training, and installation. The contractor will deinstall the existing Omnicell system and ensure proper disposition, coordinating closely with government representatives throughout the project. The POU system will feature various cabinet types, a robust reporting system for inventory management, and compliance with Department of Defense (DoD) cybersecurity requirements. Vendors must participate in a site visit to understand the technical requirements and operational context. Critical activities include ensuring the system's compatibility with existing systems, delivering new equipment, and facilitating training for end-users and system administrators. Maintenance and support will encompass two years of preventive care and rapid response for repairs. The contractor is tasked with ongoing compliance with cybersecurity regulations and proper documentation throughout the project. This RFP aligns with government initiatives to modernize medical supply management, enhance operational efficiency, and maintain adherence to safety and security protocols.
    The DHA Cyber Logistics Center of Excellence outlines comprehensive cybersecurity and Risk Management Framework (RMF) requirements for vendors working with the Defense Health Agency (DHA). This document mandates that vendors comply with federal cybersecurity standards while providing new equipment, software, and services. Key requirements include the establishment of a vendor test environment for compliance testing, adherence to FedRAMP for cloud services, and submission of vulnerability assessments. Continuous monitoring and system security requirements such as patch management and regular technical scans are emphasized. Vendors must provide transparent pricing for initial approvals and ongoing cybersecurity maintenance, bundled into offers. Training and certification for privileged users, along with strict timelines for submitting RMF documentation and the need for approval from government validators before final product delivery, are crucial elements of the agreement. Training includes various cybersecurity protocols, ensuring compliance with frameworks like HIPAA and the Federal Information Security Management Act. This document serves as a critical guideline to ensure that vendors not only meet contractual requirements but also align with the overarching cybersecurity strategy of the DHA, safeguarding sensitive health data and reinforcing regulatory compliance throughout the equipment lifecycle.
    This amendment outlines updates regarding a federal solicitation for a Point of Use (POU) Automated Medical Dispensing System, primarily driven by vendor inquiries and compliance requirements. Key updates include: revising the deadline for submission questions and quotations, alterations to the Performance Work Statement (PWS) that affect multiple sections, and adjustments to contract line item numbers (CLINs), including the removal of certain FAR clauses. Responses to vendor questions clarify specifications regarding equipment interfacing with the MHS Genesis application, rack and drawer functionalities, and remote inventory management capabilities. The primary expectation is the replacement of 229 supply cabinets, with a focus on maintaining coherent pricing and configurations as per the revised requirements. The amendment emphasizes that all quotes should adhere strictly to the solicitation details, ensuring compliance and consistency in the procurement process. Further, it affirms the tax-exempt status for this requirement, reflecting the nature of federal procurement protocols. These details are crucial for vendors to align their proposals accurately with the government's needs.
    This document details a Request for Proposal (RFP) for the procurement of medical supply dispensing systems for the Tripler Army Medical Center in Hawaii. It outlines various line items, including main and auxiliary cabinets with integrated computers, as well as associated services such as training and system maintenance. The pricing structure presented is firm fixed price and includes delivery and installation requirements, with deinstallation of existing equipment performed in phases. The total quantities of each item required range from 7 to 71, and all components must include services like IT datacenter support and user manuals as stipulated in various performance work statements (PWS). Several clauses related to federal acquisition regulations are incorporated, ensuring compliance with regulations regarding subcontracting, ethical conduct, and safety measures. Inspection and acceptance of the goods will occur at designated locations, and transportation costs will be borne by the contractor. The document's explicit requirements emphasize the government's commitment to maintaining high standards in medical facility operations while adhering to legal and regulatory frameworks relevant to federal contracts.
    Similar Opportunities
    Miniaturized Large Volume Infusion System
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking information from vendors regarding a Miniaturized Large Volume Infusion System as part of a Request for Information (RFI) numbered HT9425-25-RFI-MMCIP. The system must meet specific requirements, including the capability to deliver multiple fluids and medications simultaneously, compact size and weight restrictions, and compliance with FDA approvals, while also being suitable for both military and civilian applications. This initiative is crucial for enhancing patient care in military settings, particularly in austere environments, and aims to refine procurement requirements based on industry feedback. Interested vendors should submit their detailed responses by March 28, 2025, and can contact Katherine Ramsburg at katherine.j.ramsburg.civ@health.mil or 301-619-2651 for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotations for a Blanket Purchase Agreement (BPA) related to the Pharmacy Uniform Formulary and the Uniform Formulary Additional Discount Program. This procurement aims to secure pharmaceutical agents for inclusion in the DoD's integrated pharmacy benefits program, focusing on enhancing medication management for service members while ensuring cost-effectiveness and compliance with established pricing protocols. The initiative is particularly significant for managing high-value medications, such as those used in breast cancer treatment, and emphasizes the importance of accurate data representation and adherence to procedural changes within the Military Health System. Interested vendors must submit their quotes by March 20, 2025, and can direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julianne Canaley at julianne.m.canaley.ctr@health.mil.
    Mobile Medical Capability Demonstration
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking responses for a Mobile Medical Capability Demonstration scheduled for May 21, 2025, at Fort Detrick, Maryland. This initiative aims to assess commercial technologies that can enhance military medical services in field operations, focusing on solutions that facilitate rapid deployment and operational efficiency in medical treatment facilities. The demonstration will highlight technologies such as triage and surgical systems, adaptable shelter systems, and capabilities for extreme temperature operations, ultimately supporting the Army's future medical operations and improving soldier readiness. Interested vendors must submit detailed product information by March 24, 2025, and can contact Sean G. Auld at sean.g.auld.civ@army.mil or Ethan Seal at ethan.p.seal.civ@army.mil for further inquiries.
    6515--DISPENSING CABINETS, IVX WORKFLOW, & SERVER UPGRADE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the purchase and installation of Omnicell dispensing cabinets, IVX workflow systems, and a server upgrade at the Southern Arizona Healthcare System in Tucson, Arizona. The objective of this procurement is to replace outdated hardware and software, thereby enhancing security and compliance with USP 797 guidelines for medication preparation. The selected contractor will be responsible for providing all necessary labor, equipment, and services to ensure successful installation, functional validation, and staff training, while adhering to relevant regulations, including OSHA standards. Proposals are due by March 13, 2025, and interested bidders can contact Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284 for further information.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for the Pharmacy Uniform Formulary Blanket Purchase Agreement and the Uniform Formulary Additional Discount Program, aimed at establishing an effective pharmacy benefits program for the Military Health System. This procurement involves the evaluation and selection of pharmaceutical agents based on their clinical and cost-effectiveness, with a focus on newly approved drugs that will be reviewed by the Pharmacy and Therapeutics Committee in February 2025. Interested vendors must submit their pricing information, including National Drug Codes (NDCs), by December 19, 2024, and are encouraged to participate in a pre-quotation teleconference on December 4, 2024. For further inquiries, vendors can contact Tracy Banks at tracy.e.banks2.civ@mail.mil or Julia Trang at julia.n.trang.civ@health.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary under the TRICARE pharmacy benefit. This procurement aims to evaluate the clinical and cost-effectiveness of medications, allowing manufacturers to submit quotes for both the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP). The selected pharmaceutical agents will be utilized in Military Treatment Facilities (MTFs) and the TRICARE retail network, emphasizing the importance of providing effective healthcare solutions while managing costs. Interested manufacturers must submit their quotes by March 20, 2025, and can direct inquiries to Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or Tracy Banks at tracy.e.banks2.civ@health.mil.
    SUBJECT* MED/SURGE 7‐line Provox supplies ‐ Tucson & Lancaster CMOPs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of seven medical and surgical products, specifically Provox supplies, for the Consolidated Mail Outpatient Pharmacy (CMOP) locations in Tucson and Lancaster. This procurement is structured as a firm-fixed-price contract with a total anticipated value under $7.5 million, requiring monthly and bi-monthly deliveries to meet physician prescriptions without substitution. The products are critical for patient care, and the solicitation is unrestricted, encouraging participation from small businesses, including those owned by veterans and women, while adhering to the Buy American Act. Interested vendors must submit their proposals by March 14, 2025, and can contact Jennifer L. Knight at jennifer.knight@va.gov or 913-684-0162 for further information.
    DA10--678-25-2-177-0025 AudioCare Prefill Software
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide the AudioCare Prefill Software, aimed at enhancing prescription management at the Southern Arizona VA Healthcare System. This procurement is intended to address prescription refill delays that negatively impact patient care and increase operational costs, as the VA currently lacks an automatic refilling system. The selected contractor will be responsible for software installation, infrastructure setup, and integration with existing systems, with evaluations based on past performance, expertise, and pricing. Interested parties must respond by March 11, 2025, and provide detailed corporate information, capabilities, and relevant previous contracts, while ensuring they are registered in the System for Award Management (SAM). For inquiries, contact Contract Specialist Jose Espinoza at jose.espinoza3@va.gov.
    Pulse Oximeter-Fingertip (Non-Aeromedical Certified)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking vendors to establish a Qualified Suppliers Listing (QSL) for Pulse Oximeter-Fingertip (Non-Aeromedical Certified) devices. This procurement aims to standardize medical equipment utilized by Military Treatment Facilities (MTFs) across the armed forces, with an anticipated annual sales volume of approximately $107,760. Eligible vendors must possess a Defense Medical Materiel (DMM) number, a Distribution and Pricing Agreement (DAPA), and comply with FDA regulations, including the exclusion of natural rubber latex in their products. Interested parties should complete the QSL Package Worksheet by March 13, 2025, and will be invited to submit pricing quotes around May 8, 2025. For further inquiries, vendors can contact Mr. Riley Whittlesey at riley.w.whittlesey.ctr@health.mil or David Sheaffer at david.v.sheaffer.ctr@health.mil.
    6515--LB Pharmacy Omnicell Buyout
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of Omnicell XT medication dispensing machines and associated support services for the VA Long Beach Healthcare System in California. The contract aims to enhance healthcare delivery by providing secure, customizable, and functional medication dispensing systems, along with maintenance and upgrade services, adhering to specific technical and operational requirements. This procurement is crucial for ensuring the efficiency and reliability of pharmacy operations within the VA healthcare system. Interested vendors must submit their offers by March 11, 2025, with questions due by March 6, 2025, and can contact Contracting Specialist Victor Oliveros at victor.oliveros@va.gov for further information.