SOLICITATION NOTICE
R -- VISN 9 Wall to Wall Pharmacy Inventory
- Notice Date
- 7/26/2010
- Notice Type
- Presolicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs;VISN 9 NCA (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24910RQ0369
- Response Due
- 9/30/2010
- Archive Date
- 11/29/2010
- Point of Contact
- Roy Rossignol
- E-Mail Address
-
Wall to Wall Pharmacy Inventory
(roy.rossignol@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The MidSouth Healthcare Network, VISN 9 Network Contracting Activity (NCA), in Support of all 6 VA Medical Centers (one with two campuses) within VISN 9, intends to solicit proposals and award a firm fixed price contract to the one offeror whose offer meets the technical requirements of this solicitation. This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 12 in conjunction with FAR 15. This procurement is a 100% small business set aside. The NAICS code is 561990 and the small business size standard is $6.0M. Contractor shall provide all necessary labor, tools, equipment, materials and supervision to conduct a wall-to-wall inventory for the pharmacy facilities located at: VA Medical Center Memphis, 1030 Jefferson Ave., Memphis, TN 38104 VA Medical Center Mountain Home, Veterans Way at Lamont St., Mountain Home, TN 37684 VA Medical Center TVHS Murfreesboro Campus, 3400 Lebanon Pike, Murfreesboro, TN 37129 VA Medical Center TVHS Nashville Campus, 1310 24th Ave., South, Nashville, TN 37121 VA Medical Center, Lexington 1101 Veterans Dr., Lexington, KY 40502 VA Medical Center Louisville, 800 Zorn Ave., Louisville, KY 40206 VA Medical Center Huntington, 1540 Spring Valley Dr., Huntington, WV 25704 Performance period will be from the date of award until February 28, 2011, with a four additional one year options to perform the same service on or about the same time frame in succeeding years until February 2015, to be exercised at the Government's discretion. The contractor is to provide the services specified in the attached schedule of services contained in the solicitation. All contractor personnel to be utilized in the performance of the contract shall be U.S. citizens and must have passed a drug test within the last year. Drug test results must be provided at time of award or be submitted with proposal. 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. The inventory is to take place during the hours of 8:00 am to 4:30pm, normally on weekends or as determined by the Chief of Pharmacy at each of the sites. Weekend inventory hours need to be arranged in coordination with and at the discretion of the Chief of Pharmacy at each site. A site visit is available (but not mandatory) at the contractor's expense prior to submission of offer, by appointment only. Site visits may be scheduled by the Contract Specialist at 615-225-6877. Solicitation will be available on or about August 23, 2010. Requests for site visits must be received no later than September 1, 2010 at 4:00 p.m., local time and all visits must be completed by September 17, 2010 at 4:00 p.m., local time. Only general information will be provided during site visits. All questions that arise during the site visit and all technical questions regarding this solicitation should be submitted to the Contract Specialist in writing (email) no later than September 20, 2010 at 4:00 p.m., local time. Questions may be sent via facsimile at 615-225-5432 or by e-mail (preferred) to roy.rossignol@va.gov. Telephonic questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract to the actual solicitation. You may register easily and quickly on-line at http://www.ccr.gov. Quotations shall be submitted on an "all or none" basis and be valid for 90 days. All inventories to be completed and reports submitted in Excel format no later than Jan 28 of each contract year. Quotations must be all inclusive and shall be priced per facility for a wall-to-wall inventory. Partial quotations will be rejected. Proposal shall include the following: 1) All inclusive price per facility; 2) Implementation Plan to include timelines addressing contract start and completion dates by facility listed above to conform with the requirement to complete all inventories and provide reports by January 28 of each contract year; 3) Selected vendor personnel will be required to be fingerprinted 45 days prior to anticipated start of the actual conduct of the requirement. 4) Copy of the company literature that explains their modality for providing wall to wall inventory; 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.; provide qualifications of personnel to be utilized in the performance of the inventory; proof of liability insurance; list of contractor personnel to be utilized in the performance of the contract; and describe quality assurance monitors that will be in place during contract performance; 5) Provide a listing of all contracts performed within the past three years that are similar in nature for other VA Medical Centers and relevant to the efforts required by the actual solicitation. Include the following for each past performance reference (a) 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. 6) The following factors shall be used to evaluate proposals interested vendors are requested to read and comply with the submission requirements contained in the solicitation. (1) Past Performances; (2) Price. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factor considered. The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contract Specialist to be necessary. Proposals shall be submitted to the address listed herein by date identified in the solicitation and directed to the attention of the Contract Specialist at: Department of Veterans Affairs VISN 9 Network Contracting Activity (NCA) (90C) 1639 Medical Center Parkway Suite 400 Murfreesboro, TN 37129-2573.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24910RQ0369/listing.html)
- Record
- SN02218321-W 20100728/100726235605-43e9312f03a8409c8e6ba70873dfc37c (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 |