Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2007 FBO #2204
SOLICITATION NOTICE

Q -- Pharmacy Inventory

Notice Date
12/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);650 E Indian School RD;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-258-08-RQ-0015
 
Response Due
12/21/2007
 
Archive Date
1/20/2008
 
Point of Contact
TAZ BELCHER
 
E-Mail Address
Email your questions to Contracting Specialist
(Taz.Belcher@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service 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. Solicitation VA-258-08-RQ-0015 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-22. This procurement is a small business set-aside for commercial service under the North American Industry Classification System (NAICS) Code 561990 and a Business Size Standard of $6 million per annum. The Department of Veterans Affairs, Carl T. Hayden VA Medical Center is contracting for a company to provide a one time wall-to-wall inventory for the following pharmacy facilities: outpatient pharmacy (Phoenix-main hospital site), inpatient pharmacy (Phoenix-main hospital site), northwest extension clinic pharmacy (Sun City), and southeast extension clinic pharmacy (Mesa). The contract period will be date of award through February 29, 2008. Request that the inventory to be performed the weekend of February 23 - 24, 2008. The date is negotiable but must be completed no later than Wednesday, February 29, 2008, and should be completed on a Saturday or Sunday to minimize disruption to pharmacy operations. A pre-award walk-thru is available at the contractors own expense, by appointment only, by contacting Dragan Milanovich at 602-277-5551, ext. 5456. A walk-thru of the Pharmacy is not mandatory and VHA representatives are not qualified to discuss contract questions with potential offerors during the walk-thru. Any assumptions made as a result of the walk-thru must be identified in writing to the Contracting Officer. Synopsis/solicitations and any amendments should be downloaded from the Internet at www.fedbizopps. Offerors shall thoroughly review the specifications and be familiar with the area of coverage prior to submitting their bid in order to be fully aware of the supplies and/or services as outlined in the Description of Supplies or Services and Prices/Costs. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing, no later than December 14, 2007. Questions may be sent via facsimile at 602.200.2314 or by e-mail to taz.belcher@va.gov . Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 3:00 pm, local time, December 21, 2007, by mail or fax. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, and Online Representations and Certifications Application (ORCA). You may register easily and quickly for both CCR and ORCA on-line at http://www.ccr.gov and https://orca.bpn.gov. DESCRIPTION OF SUPPLIES OR SERVICES AND PRICES/COSTS 1. Scope of Work a. The inventory company will conduct / complete the inventory within a 24-hour period, preferentially on a weekend in order to minimize disruption to pharmacy operations. b. The inventory company will conduct a bar-coded inventory of all four pharmacy locations, i.e., outpatient pharmacy (downtown), inpatient pharmacy (downtown), northwest extension clinic pharmacy (Sun City), and southeast extension clinic pharmacy (Mesa). c. The inventory should include all products purchased from the prime vendor as well as any direct purchases with a total dollar value of $500 or more per line item. The inventory is further limited to medications and supplies that are dispensed to patients. Items such as equipment and prescription labels and vials are excluded. The inventory is also limited to areas that are under the direct control of pharmacy (ward stock areas are exempted). d. The inventory company will complete the inventory consistent with the pharmacy departments delineated medication sections and will report product and strength-specific inventory levels. e. The inventory company will identify and inventory non bar-coded items, and will report inventory costs as sectionalized group totals. f. The inventory company will scan or key-in the manufacturers NDC and physically count all merchandise true to the tenths. g. The inventory company will also provide inventory results as an Excel spreadsheet (on a diskette or CD) as well as via Internet retrieval. h. Items in the Outpatient/Inpatient Pharmacy Parata, Autoscript II and RobotRx robot canisters WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. i. Bulk Intravenous solutions WILL BE counted. The contractor will be provided the pricing data by the Pharmacy department so the data can be included within the required reports. j. Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. k. Unit dose PRE-PACKED items WILL be counted (these are individual doses or small strip-packages of individual doses). l. Items in the Emergency Pharmaceutical Cache WILL NOT be counted. m. Prosthetic items in unopened containers with a cost over $500.00 WILL BE counted and the pricing data will be provided by the respective facility. Items in question are located at the Outpatient locations only. n. Controlled substances will be counted by the Pharmacy personnel only. However, the contractor will be provided the data by the Pharmacy department so the data can be included within the required reports. 2. Reporting A report will be delivered for each pharmacy inventoried (total #__4__) within seven (7) days of the inventory. Each report will contain all items inventoried with the following data: a. Item name (name & strength, i.e., Ativan 1mg/1ml) b. Package description (ml, bottle, tab) c. NDC or UPC/UPN, d. Total quantity e. Current package price f. Total replacement cost per item g. Total cost of inventory Contracted inventory service provider will be provided the prime vendors (McKesson, Inc.) pricing data by the respective facility. The report must be provided in a format that is compatible with or easily transferable to Microsoft Excel (Microsoft office 2000 or 2003 version). The reports shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services. The Contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision and travel cost, to ensure that the inventory of all facilities is executed and completed within the period of performance specified. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. WD 05-2023 (Rev.-7) posted on www.wdol.gov on 10/02/2007 DESCRIPTION / EST. QTY / UNIT / UNIT PRICE / TOTAL COST 1) VAMC Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacies combine. Est Qty __ / Unit ___ / Unit Price ____ / Total Cost _____ 2) VAMC Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacies combined. Est Qty __ / Unit ___ / Unit Price ____ / Total Cost _____ Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. Contract administration matters will be handled by: a. CONTRACTORS NAME/ADDRESS/CITY-STATE-ZIP (please print or type): ________________________________________________________ ________________________________________________________ ________________________________________________________ Point of Contact/Title: ______________________________________ Telephone Number: ________________________________________ Fax Number: _____________________________________________ Email Address: ___________________________________________ Tax Identification Number: _________________________________ DUNS: ________________________________________________ CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the Contractor will be made in accordance with: 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration, INVOICES: Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to ____________________________________. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (Far 52.212.2 Evaluation) See Below: FAR 52.212.2 Evaluation - Commercial Terms (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are stated in descending level of importance: (1) Technical Capability, (2) Past Performance, and (3) Price. Evaluation Criteria: (1) TECHNICAL CAPABILITY (_3_ copies of documentation required) i. The Offeror shall provide a copy of the company literature that explains their procedures, price structure and service capabilities. ii. The Offeror shall provide all of the equipment deemed necessary to properly complete task i.e., hand held scanners, computers, computer software to do the required reports, etc. iii. The Offeror shall provide sufficient evidence to support the qualifications of the personnel anticipated to provide services. iv. Contractor employees shall be citizens of the United States, performing work in the 48 contiguous states. v. The contractor who is awarded the contract must provide proof of liability insurance; workers compensation insurance and these documents must be submitted prior to award. Employees shall have passed a recent drug-screening test. vi. Offeror shall provide documentation of the ability to begin performance upon completion of contract award and describe quality assurance monitors that will be in place during contract performance. vii. Offeror shall provide an electronic inventory in an Excel spreadsheet upon completion of inventory of each facility. viii. The contractor must adhere to all VA security requirements. Note that the inventory service shall be performed in accordance with all applicable federal, state, and local regulations, commercial standards, and JCAHO requirements. (2) PAST PERFORMANCE (_3_ copies of documentation required) The Offeror shall provide a listing of all contracts performed within the past three years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following: (a) Customer (Government or Commercial) and point of contact to include name, address, telephone number, fax number and email address for each contact, (b) Service(s) provided including nature of contract, dollar value, etc., (c) Description or relevance and similarity to the effort required by this solicitation. FAR 52.212.2 Evaluation - Commercial Terms (Jan 1999) (Continued) (3) PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services. Technical Capability and past performance, when combined, are more important than price. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Transmittal Instructions: The technical proposal shall be submitted as separate from the price proposal. NO PRICING INFORMATION SHALL BE INCLUDED IN THE TECHNICAL PROPOSAL. ___1___ COPIES OF THE TECHNICAL PROPOSAL ARE REQUIRED. The pricing/business proposal, which is to include pricing and all non-technical/ required information, shall be submitted as a second enclosure. ___1___ COPY OF THE PRICING/BUSINESS PROPOSAL IS REQUIRED. 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ _____________ ____________________________ The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e) and h) of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.237-1, 52.237-2, 52-222-41. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://farsite.hill.af.mil/vffara.htm. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://farsite.hill.af.mil/vffara.htm.
 
Place of Performance
Address: Carl T. Hayden, VA Medical Center, Phoenix AZ;& CBOC;(see additional information for details);650 E. Indian School Rd;Phoenix, AZ
Zip Code: 85012
Country: USA
 
Record
SN01465905-W 20071209/071207223621 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.