SOLICITATION NOTICE
Q -- PHARMACY TECHNICIANS (2) FCC VICTORVILLE, CA.
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
- ZIP Code
- 75051
- Solicitation Number
- RFQ616030002-4
- Response Due
- 2/20/2004
- Archive Date
- 8/3/2004
- Point of Contact
- Robert Chapman, Contract Specialist, Phone (972) 352-4517, Fax 972-352-4545, - Melvin Gardner, Section Chief, Mount/Pac, Phone (972) 352-4505, Fax (972) 352-4545,
- E-Mail Address
-
rachapman@bop.gov, mgardner@bop.gov
- Small Business Set-Aside
- Total Small Business
- Description
- PHARMACY TECHNICIAN (2), FCC VICTORVILLE, CALIFORNIA This is a combined synopsis/solicitation for commercial items in accordance with the format in Federal Acquisition (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ61603-002-4 is issued as a request for quotation. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2001-19. The North American Industrial Classification System Code is 621399. The small business standard is $6 Million. This solicitation is 100% Set-Aside for small business. The Government intends to make a single award of an indefinite delivery/requirements type contract with firm fixed unit prices. Award will be made to the responsible quoter who submits the most advantageous offer to the Government based on price. GENERAL REQUIREMENTS: The Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC), located at 13777 Air Expressway Rd Victorville, Ca 92392, has a requirement for two (2) Pharmacy Technicians for the period of one (1) base year with four (4) twelve (12) month option periods for renewal. A.1 STATEMENT OF WORK: Contractor shall provide two (2) Pharmacy Technician services for the Federal Correctional Complex, Victorville, California. The Pharmacy Technicians will perform the following work: A. Interprets Physician and Physician Assistant prescription orders. B. Enters the prescription orders into the Pharmacy computer and prints prescription labels. C. Selects the correct medication and prepares the prescription for the Pharmacist approval. D. Inventories medications and supplies. F. Enters data for medications and supply orders in the prime vendor computer system. G. Maintain minimum quantities of stock items and notifies the Pharmacist of items to order. H. Will file all records pertaining to Pharmacy including patient records. I. Dispense, administer, and record entries for the required medication prior to approval by the Pharmacist. J. Will maintain the work area clean and sanitized. The work environment is a Federal Prison Pharmacy which involves working with various pharmaceuticals. The pharmacy is a high risk area which contains the storage site for all controlled substances, needles and syringes. A.2 KNOWLEDGE/QUALIFICATIONS REQUIRED: Both Pharmacy Technicians must possess a knowledge of pharmacy technical medical terminology and the practice of filling prescriptions. This may be achieved by: A. Completion of a formal pharmacy training program with at least six months of course credit and an internship satisfactorily completed. The contractor will provide verification of education and licensor. B. Practical experience of at least two years in a Pharmacy Technician position. The contractor will be required to use his/her training and practical experience current journals and manuals to establish guidelines to accomplish his/her specified duties. The Pharmacist will provide the preferred method. Specific services shall be conveniently Available to meet the needs of the patients as determined by medical staff. The function of this position is to provide a wide range of pharmacy services that will free up the pharmacist for more technical and administrative procedures that only a qualified pharmacist can perform. The government reserves the right to inspect and evaluate all services provided during the performance of this contract. All performance observations will be documented by the designated Contracting Officer?s Technical Representative ( COTR). For the purpose of this contract Louis Sterling, Health Services Administrator will be the COTR. When an observation indicates defective performance, the CO, with the technical support of the COTR, may issue a written Discrepancy Report to the Contractor. The contractor shall address any Discrepancy Report in writing to the Contracting Officer, within ten (10) calender days of notification indicating any corrective action taken to rectify the deficiency. A.3 PROFESSIONAL SERVICES: The contractor providing Pharmacy Technician Services under this solicitation shall adhere to all Federal and State laws and regulations in effect during the term of this contract. The contract shall consist of two (2) Pharmacy Technicians. A.4 SCHEDULE: The work schedule will consist of a total of 3,120 sessions per year, which is further defined as 1,560 hours per year, for each Pharmacy Technician. A session length defined as one (1) hour. A typical schedule of a six hour day, thirty hours per week, between the hours of 9:30am - 5:30pm. The schedule is subject to some variations as the needs of the institution vary. A schedule that is mutually acceptable to the government and the contractor can be determined after award of the contract. Both Pharmacy Technician may not work more than thirty (30) hours per week. The 3,120 sessions per year is equivalent to 1,560 sessions per year for each Pharmacy Technician. The contractor shall be responsible for providing all necessary and qualified personnel for each scheduled session. In cases where the Contractor personnel are not able to attend a scheduled session, the Contractor shall provide an equally qualified replacement. The duration of these services are as follows: Base Year (Date of award through 12 Months from date of award) Session Price:_________ x 3120 Sessions Total:________ Option Year #1 (13 months through 24 months from date of award) Session Price:_________ x 3120 Sessions Total:________ Option Year #2 (25 months through 36 months from date of award) Session Price:_________ x 3120 Sessions Total:________ Option Year#3 (37 months through 48 months from date of award) Session Price:_________ x 3120 Sessions Total:________ Option Year #4 (49 months through 60 months from date of award) Session Price:_________ x 3120 Sessions Total:________ Total for Base and All option years:__________ A.5 SUPPLIES: All supplies that are needed by the contractor in the performance of professional services, will be provided by the FCC. A.6 METHOD OF PERFORMANCE: The services provided are professional in nature, and will be commensurate with JCAHO Standards of Care. The methods utilized will meet medical practices established in the local community. These services, although not directly supervised, will be reviewed periodically by a physician or staff at the FCC. The performance of these services will be monitored by the Contracting Officer?s Technical representative (COTR) and/or his/her designee. A.7 SPECIAL CONTRACT CONDITIONS/CONTRACT SECURITY/INVESTIGATIVE REQUIREMENTS: The following requirements apply to all individuals delivering services inside the institution. 1. National Crime Information Center (NCIC) check; 2. DOJ-99 (name check); 3. FD-258 (fingerprint check); 4. Law Enforcement Agency checks; 5. Vouchering of Employers over past five years; 6. Resume/Personal Qualifications; 7. OPM-329-A (authority of release of information), and; 8. NACI check (if applicable), and; 9. Urinalysis test (for detection of marijuana and other drug usage) Each prospective contractor is advised that a urinalysis test is required (for detection of marijuana and other drug usage) prior to performance. If the proposed contract is with an individual, and if the test is positive, the proposed contractor shall be disqualified from being awarded the contract. If the proposed contract is with a company and the individual(s) assigned to perform the work tests positive, the individual(s) shall be excluded and the proposed contractor shall provide acceptable replacement personnel Subject to the same security requirements. Contractor employees will be allowed access to the institution at the sole discretion of the Chief Executive Officer (CEO). The Contractor agrees to adhere to all regulations prescribed by the institution in regards to the safety, custody, and conduct of inmates. The Contractor will report any infractions of institution rules and regulations by the inmates to the Health Services Administrator, the Contracting Officer?s Technical Representative, or an other medical staff member. The contractor shall be in compliance with 8 CFR 274a regarding employment of aliens. The Pharmacy Technicians shall attend a one time orientation program, consisting of approximately four (4) hours, prior to performing any services at the institution. The date and time for this orientation will be mutually agreed upon by both parties, and reimbursement for attendance will be at the contract rate. A.8 RESTRICTIONS ON CONTRACT WORKERS: The Contractor shall not: 1. Supervise inmates 2. Supervise Bureau of Prisons staff 3. Participate in inmate accountability 4. Requisition, sign for, or pick up supplies 5. Formulate policy or procedures 6. Attend meetings, recalls or staff functions. A.9 OTHER PROVISIONS: In accordance with the Federal Bureau of Prisons? Acquisition Policy, Part 37.103(c), the following provisions are applicable to the work being performed under this contract: a. the service is a contractual arrangement and not a personnel appointment; b. payment shall be based on the provision of and an end result or the accomplishment of a specific result; c. the service does not constitute an employer/employee relationship; and d. the Contractor will not be subject to Government supervision, except for security related matters. However, Contractor performance shall be closely monitored. In order to ensure proper preparation of Contractor payment vouchers, all hours must be documented by the Contractor, showing hours worked each visit. Documentation shall be on a ?Log of Consultants Visit? form (located in the Heath Service Department) with each entry being signed by the Contractor. A.10 OFFERORS ARE REQUIRED TO INCLUDE A COMPLETED COPY of the provision 52.212-3, Offeror Representations and Certifications Commercial Items with their offer. A.11 THE FOLLOWING FAR CLAUSES APPLY TO THIS ACQUISITION: 52.204-6, Data Universal Numbering System; 52.204-7, Central Contract Registration, Alternate I, prior to contract award; 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition,(Delete c, d, h and i) 52.212-4, Contract Terms and Conditions Commercial Items; 52.216-1, Type of Contract (Requirements type contract with a firm fixed unit price) 52.216-18, Ordering (from the first day of the effective contract period through the last day of the effective contract period); 52.216-19, Order Limitations ((a) $50.00, (b) (1) the yearly estimated quantity (2) the yearly estimated quantity (3) 30 days); 52.216-21, Requirements (after the last day of the effective contract period); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services (Contractor prior to expiration of the current performance period); 52.217-9, Option to Extend the Term of the Contract ((a) Contractor by the last day of the current performance period, at least 60 days before the contract expires (c) five years); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; (b) 1, 3, 7, 10, 13, 15-19, 24, and 29, (c) 1 Wage Determination 1994-2053, revision No. 23 dated 6/30/2003, 2 (Minimum Wage Rate: $14.66 an hour), and 3, are applicable; 52.222-42, Statement of Equivalent Wage Rates For Federal Hires - Pharmacy Technician, $14.66 hr.; 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (multiple year and option year contracts); 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; (All patient data and records) 52.228-5, Insurance - Work on Government Installation; 52.232-18, Availability of Funds; 52.232-19, Availability of Funds for the Next Fiscal Year; 52.233-2, Service of Protest; 52.237-7, Indemnification and Medical Liability Insurance, $100,000 per occurrence, and; 2852.201-70 of the Justice Acquisition Regulations (JAR), Contracting Officer?s Technical Representative (a) Louis Sterling, HSA, Federal Correctional Complex, Victorville, California. A residency requirement certification as stated below, must be completed and returned with the offer/bid/quote for individuals applying for a contract. Companies must submit a completed certification for each of their employees performing work at the Federal Bureau of Prisons, prior to performance. In order to facilitate the clearance process, companies should submit the certifications as soon as it is apparent which employees will be performing the work but no later than one week prior to performance. Documentation to substantiate residency may be requested at anytime prior to award for contracts with individuals, and prior to performance for awards to other than individuals. Residency Requirement I certify that for three of the five years immediately prior to responding to this solicitation, I have: 1) resided in the United States (U.S.); 2) worked for the U.S. overseas in a Federal or military capacity; or 3) have been a dependent of a Federal or military employee serving overseas. Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds and minimum amounts of insurance required as listed: Professional Medical Liability: $100,000 per occurrence, and; Worker?s Compensation and Employers Liability: $100,000. The required workers compensation insurance shall extend to cover employers liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. Comprehensive General Liability: $ 500,000 per occurrence for bodily injury. Clauses may be viewed or downloaded by accessing the website at: http://www.arnet.gov. All responsible sources may submit an offer which will be considered for award. NO SOLICITATION DOCUMENT WILL BE ISSUED. A.12 SUBMISSION OF QUOTATIONS: On letterhead or business stationary, the following information is required: (1) Request for Quote Number, (2) price quote for each session and extended total price for each year (Each session is defined as one (1) hour), and a completed (3) Offerors Representations and Certifications (FAR 52.212-3) (4) Residency Requirement Certification, (5) Documentation of Qualifications. Offers must be received at the Federal Bureau of Prisons, Field Acquisition Office, Armed Forces Reserve Center, 346 Marine Forces Drive, Grand Prairie, TX 75051 by 2:00 P.M. Central Standard Time, February 20, 2004. Offers may be faxed to 972-352-4545 or e-mailed to rachapman@bop.gov. If you fax or email your offer please call to confirm receipt. Point of Contact: Robert A. Chapman, Contract Specialist, Phone 972-352-4517, Fax 972-352-4545, E-mail rachapman@bop.gov Place of Performance Address: The Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC), located at 13777 Air Expressway Rd Victorville, Ca 92392.
- Place of Performance
- Address: Place of Performance, Address: The Federal Bureau of Prisons (BOP), Federal Correctional Complex (FCC), located at 13777 Air Expressway Rd Victorville, Ca 92392.
- Zip Code: 92392
- Country: USA
- Zip Code: 92392
- Record
- SN00514775-W 20040205/040203211927 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |