RFR FOR COMMODITIES AND SERVICES THAT FALL UNDER NON M or P OBJECT CODES

Purchasing Department: Massachusetts Department of Public Health – Bureau of Hospital Management

Address: 5 Randolph, Street Canton, Massachusetts

Telephone #: 781-830-8330

Fax #: 781-830-8334

E-Mail or Internet Address:

RFR File Name/Title: Meditech HCIS peripherals and service agreement

RFR File Number: 807316 Object Code: U10 Activity Code: 4904

Procurement Team Leader/ Contact Person: Steve Cash

1. Description Or Purpose of Procurement:

The purpose of this procurement is to secure maintenance and support services for new and/or replacement Label printers, scanners, Bar Coding equipment and related software currently in use at each of the four Public Health Hospitals. The four public Health Hospitals include Lemuel Shattuck Hospital, Westfield State Hospital, Tewksbury State Hospital and Massachusetts Hospital School. In addition, this procurement is intended to secure maintenance, support and training services associated with the aforementioned hardware.

2. Acquisition Method:

Outright Purchase Fee For Service License

Tax Exempt Lease Purchase (TELP) Term Lease

Rental (not to exceed 6 months) Other (specify):

3. Whether Single Or Multiple Contractors Are Required For Contract(S)

Single Contractor Multiple Contractors

4. Indicate Contract Performance and Business Specifications: (include Scope of Service, Evaluation Criteria, and Performance Measures)

Scope of Service

The Massachusetts Department of Public Health- Bureau of Hospital Management is seeking services focused on the provision of Hardware, support for Handheld Computers, Bar Coding. These Hardware and Software services are used in conjunction with the suite of Meditech software products.

Specifically, the scope of services includes the following:

  1. Provide maintenance and support for Label Printers and Bar Code equipment as requested by the Department. A sample of the Department existing equipment is noted below:

Sub_Class_1 / ModelID In Service Now
Handheld Scanner / Formula 734 Laser Terminal 19
Handheld Scanner Total
Label printer / DMXNet Thermal Transfer Printer DMX-E-4203 30
DMXNet Thermal Transfer Printer DMX-E-4208 1
DMXNet Thermal Transfer Printer DMX-I-4208 8
Laser Gun / M Laser Gun DLL5510-M 29
  1. Provide a time and materials schedule to be used for the maintenance, support and repair of existing Bar Code, Scanner and Label printer equipment for each of the four public health hospitals.

Evaluation Criteria

Evaluation Criteria are as follows:

  1. Expertise in Label printing, scanning and Bar-coding equipment.
  2. Experience in training staff in label printing, Bar coding and scanning equipment.
  3. Adequacy/Effectiveness of end-user training.
  4. Experience in supporting Hospital settings that use Meditech software.
  5. Price list of products provided.
  6. Bidders responding to this RFR must submit an Affirmative Market Program Plan. The Affirmative Market Program (AMP) form and instructions can be found at the “Forms and Terms” screen for this solicitation. The AMP plan submitted by the bidder will be evaluated at up to 10% of the total evaluation. An AMP Form with a meaningful plan will be required at the time of contract execution.

Performance Requirements

(bureaus should edit as they see fit)

The Department of Public Health is endeavoring to deliver the Best Value to facilitate our needs. However, it is important to measure the Contractor’s performance to ensure the Contract is in compliance with what has been requested and what the Contractor has offered in this RFR. The following performance areas will be subject to measurement:

  1. Timely Delivery (Commodities, Services, Reports, Billing, etc.)
  2. Responsiveness to Departmental Inquiries
  3. Quality of Deliverables (Commodities, Services, Reports, etc.)
  4. Performance Targets/Benchmarks (Quantities, Outcomes, etc.)
  5. Timeliness of Maintenance requests.

The PMT shall negotiate with contractors any requirements not set forth in the RFR.

Contract Performance Monitoring

(Bureaus should include performance measures)

See performance requirements

5. Expected Duration of Contract: up to 5 years or months

Renewal Options: up to 2 options to renew for up to 2 years each option.

6. Anticipated Expenditures, Funding Or Compensation For Expected Duration

Please include the Estimated Value of Procurement (Including Anticipated Renewal Options)

Contract will have a Maximum Obligation Amount. $400,000

Contract will NOT have a Maximum Obligation Amount (Rate Contract)

Subject to Quotes by Pre-Qualified List of Contractors.

Will Federal Funds be used to fund any part of Contract(s)? NO, YES (If YES, to what extent?):

7. Instructions for Submission of Responses: (Where and How to Submit Responses, Format, Medium and # Copies of Responses)

Three copies in word format with price list of products provided should be sent to:

Stephen A Cash

DPH –Bureau of Hospital Management

5 Randolph Street

Canton, MA 02021

8.DEADLINE FOR RESPONSES Or Procurement Calendar:

Indicate Deadline Date: 10/31/2007

Indicate Deadline Time: 4:30 PM

Will a Bidders Conference be offered? No YES (Indicate Date, Time and Place):

Will Opportunity for Written Questions be Offered: No YES (Indicate Deadline Date, Time and Place):

Questions should be sent by e-mail to by no later than 4:30 PM on October 19, 2007. Questions and answers will be posted on comm-pass.

9. RFR Attachments:

The forms listed on the “Forms and Terms” screen for this RFR must be submitted with your response.