SOLICITATION NOTICE
Q -- Wall to Wall Inventory for Pharmacy Service FY 2010
- Notice Date
- 1/27/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423990
— Other Miscellaneous Durable Goods Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;North FL/South GA Healthcare System;1601 S.W. Archer Road;Gainesville FL 32608-1197
- ZIP Code
- 32608-1197
- Solicitation Number
- VA-248-10-RQ-0211
- Response Due
- 2/8/2010
- Archive Date
- 2/23/2010
- Point of Contact
- Peggy AlmeidaContract Specialist
- E-Mail Address
-
Contract Specialist
(peggy.almeida@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis solicitation for commercial service for the NF/SG VHS Pharmacy Wall-To-Wall Inventory Services (base and two option periods) being issued by the Gainesville VA Medical Center. Locations anticipated to be included are: VAMC, Gainesville, FL; VAMC Lake City, FL; Jacksonville Clinic, Jacksonville, FL; Daytona Clinic, Daytona, FL; and Tallahassee Clinic, Tallahassee, FL. Work must be completed at all sites prior to 28 February, 2010 (Base period). The NAICS code for this procurement is 423990; size standard is $6.5 mil. This announcement constitutes a Total Disabled Veteran Owned Small Business competition solicitation. This to notify contractors that the government intends to issue a Firm Fixed Price contract for (1) base year and (2) option years in accordance with FAR 13.106 for the following statement of work, under the Simplified acquisition procedures. Any firm that believes it is capable of providing the required services as stated herein may submit a capability statement. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the Best to the Government. The Government may award this contract to other than lowest price technically acceptable quote. Technical specifications and past performance is significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). Statement of Work (SOW) The contracted inventory service provider is to provide the following: A.A one- time wall-to-wall inventory, to include items and areas, as follows: (a)Items in the Inpatient Pharmacies Optifill machines WILL be counted, The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (b)Items in the Outpatient Pharmacies Optifill machines WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (c)Items in the Inpatient and Nursing Home Pharmacies FDS machines WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (d)Items in the Outpatient Pharmacy Optifill machine canisters WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (e)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. (f)Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. (g)Unit dose PRE-PACKED items WILL be counted (these are individual doses or small strip-packages of individual doses). (h)Items in the Emergency Pharmaceutical Cache WILL NOT be counted. (i)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. (j)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. B)A report for each pharmacy inventoried (total # 5) within seven (7) days of the inventory. Each report will contain all items inventoried with the following data: i.e., Item name (name & strength, i.e., Ativan lmg/lml), package description (ml, bottle, tab), NDC or UPC/UPN, total quantity, current package price, and total replacement cost per item, and total replacement cost of all items. 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. Period of Performance: Please provide a quote for each of the following years of coverage: Base year 1: 02/08/2010 / 02-28-2010 Option year 1: 10-01-2010 / 02-28-2011 Option year 2: 10-01-2011 / 02-28-2012 Evaluation Criteria: 1.The contractor shall demonstrate technical understanding of the statement of work. 2.Cost 3.The contractor shall provide relevant past performance for the same or similar work. CCR: Vendors must be registered in the Central Contractor Register (CCR)prior to the award of a contract. You may register by going to www.ccr.gov. You will need your DUN & Bradstreet number and banking information. SDVOSB's must be registered in VetBizOpps: http://www.vip.vetbiz.gov/general_user/register/default.asp Quotations Due Date : all quotation are due via email to peggy.almeida@va.gov no later than February 8,2010 at 2:00PM EST. Telephone call will not be accepted. NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (MAY 2004) (a) Definition. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation will be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b) (e) Any service-disabled veteran-owned small business concern (nonmanufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of clause) Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8 FAR 52.217-9 FAR 52.222-26 FAR 52.222-35 FAR 52.222-36 FAR 52.232-33 Clauses and provisions are incorporated by reference and apply to this acquisition. Contracting Office address: 1601 SW Archer Road Gainesville, FL 32601 Contracting Office Address: Department of Veterans Affairs; North FL/South GA Healthcare System; 1601 S.W. Archer Road, Gainesville, FL 32608-1197 Point of Contact(s): Peggy Almeida, Contract Specialist
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA-248-10-RQ-0211/listing.html)
- Record
- SN02051164-W 20100129/100127234209-d62d6a4b98edb6aad06226c0806cfd14 (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 |