Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
DOCUMENT

65 -- Consumer Medication Return Envelopes - Attachment

Notice Date
10/26/2012
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
 
ZIP Code
22408
 
Solicitation Number
VA798S13I0008
 
Response Due
11/2/2012
 
Archive Date
1/1/2013
 
Point of Contact
MAURICE D. CHRISTIAN/MAURICE.CHRISTIAN@VA.GOV
 
Small Business Set-Aside
N/A
 
Description
Per FAR 7.3 and OMB Circular A-76, the Department of Veterans Affairs' (VA) Strategic Acquisition Center (SAC) is issuing this sources sought synopsis as a means of conducting market research to identify qualified contractors with the capability and the resources to meet the VA Pharmacy Benefits Management (PBM) Service's requirement for a consumer returnable medication envelope process. The requirement is to implement a program that provides a mechanism for patients to return unused, unneeded medications using a secure method to a vendor for proper disposal. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112. The Product Service Code is 6515. Consumer Return Medication Envelope Process The Department of Veterans Affairs (VA) is in need of a vendor who can provide consumer return medication envelopes along with a turn-key approach for the purchase, delivery, postage, processing, reporting, and destruction of Consumer Return Medication Envelopes and their contents. The turn-key approach must meet the Veterans Health Administration (VHA) procedures for shipping and privacy of the veterans' information (per HIPPA, FAR, and VAAR regulations). The objective of this effort is to provide a safe and responsible mechanism for veterans to dispose of unneeded, non-narcotic medication(s) in order to enhance medication safety in the veteran's home and prevent harmful absorption of medication in the environment. The contractor must be able to meet the following requirements: a) Supply pre-addressed and postage-paid envelopes to the government b) Each envelope shall include a unique bar-code for tracking, weight, and destruction c) Processing shall include law enforcement officials, who will witness and provide an affidavit of destruction and/or tampering d) The Contractor shall exam packages for evidence of tampering and shall immediately notify the Drug Enforcement Agency (DEA) approved carrier (currently the United States Postal Service). Contractor will assist carrier's investigative authorities for further investigation e) The Contractor shall VA "brand" the instruction for use sheet contained inside each envelope, per VA approval f) The Contractor shall use destruction methods that are in compliance with all applicable Environmental Protection Agency (EPA) and local State regulations for destruction of household consumer pharmaceuticals. As part of destruction process, the pharmaceuticals shall be deemed at the end as non-retrievable and non-recognizable. Contractor shall supply monthly reports showing the number of envelopes received, number of envelopes destroyed, number of envelopes pending destruction, the total weight of envelopes, and listing of any exceptions (i.e. envelopes showing tampering) g) All packaging received from veteran shall remain sealed throughout the handling process, with the understanding that it shall be properly disposed of via an approved EPA destruction process h) The Contractor shall work with Pharmacy Benefits Management (PBM) Services to customize welcome kits to include displays and informational training on the process. Welcome Kits shall include: posters advertising the program; introductory letter from the company to the staff about the program; cardboard desk stand-up signs advertising the program; bag stuffers advertising the program; and, Portable Document Format (pdf) file so facilities can print if additional supply is needed THERE IS NO SOLICITATION AT THIS TIME. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. If your organization has the potential capability to perform this effort, please provide the following information: 1) Organization name, address, email address, Web site address, DUNS number, telephone number, size and type of ownership for the organization, business size (i.e. large business, small business, service disabled veteran owned small business, veteran owned small business, woman owned small business); 2) Tailored capability statements addressing the particulars of this effort, documentation showing method of shipping is Drug Enforcement Agency (DEA) approved carrier (currently the United States Postal Service).; and, 3) sample affidavit letter from law enforcement official that witnesses proof of destruction (less than five (5) pages). 4) If applicable, a copy of previous contracts identifying your company performing this effort with another company/organization. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide the effort consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and, 3) implement a successful project management plan that includes: compliance with delivery schedules; and meeting the rigid listed specifications. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Sources Sought Submission Instructions: Interested parties who consider themselves qualified to deliver the above-listed effort are invited to submit a response to this Sources Sought Notice by 10:00a.m. Eastern, November 2, 2012. All responses under this Sources Sought Notice must be emailed to maurice.christian@va.gov and tim.floyd@va.gov. If you have any questions concerning this opportunity please contact: maurice.christian@va.gov and tim.floyd@va.gov. When sending an e-mail, please reference: Consumer Return Medication Envelope in the Subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/308547f11c03d3b0a311b69ff110696b)
 
Document(s)
Attachment
 
File Name: VA798S-13-I-0008 VA798S-13-I-0008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=510282&FileName=VA798S-13-I-0008-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=510282&FileName=VA798S-13-I-0008-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Great Lakes CMOP;Hines, IL
Zip Code: 60141
 
Record
SN02920342-W 20121028/121026234144-308547f11c03d3b0a311b69ff110696b (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.