AWARD
Q -- ANNUAL PHARMACEUTICAL DRUG INVENTORY SERVICES
- Notice Date
- 6/3/2015
- Notice Type
- Award Notice
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
- ZIP Code
- 98431-1110
- Solicitation Number
- W91YU0-15-T-0206
- Response Due
- 5/22/2015
- Archive Date
- 7/3/2015
- Point of Contact
- Walter J Bischoff, 360-486-0707
- E-Mail Address
-
Western Regional Contracting Office
(walter.j.bischoff.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91YU0-15-P-0413
- Award Date
- 6/3/2015
- Awardee
- GRX - INVENTORY (785830626) <br> 100 COLIN DRIVE <br> HOLBROOK, NY 11741
- Award Amount
- $34,401.07
- Line Number
- 0001 THROUGH 3002
- Description
- PERFORMANCE WORK STATEMENT (PWS) ANNUAL PHARMACY INVENTORY SERVICE C.1. GENERAL: C.1.1. SCOPE OF WORK: The Contractor will provide dedicated, reliable inventory audit professionals as inventory counters for a total pharmaceutical inventory at the Gen. Leonard Wood Army Community Hospital Pharmacy, 4430 Missouri Avenue, Fort Leonard Wood, Missouri, 65473, telephone #: (573) 596-0515. Inventory sites to include: The Consolidate Troop Medical Clinic, Supply /Inpatient Pharmacy, Main, Outpatient Pharmacy, Off-Post Community Based Clinic, and the PX Pharmacy. The auditor teams will be supported by regional and headquarters personnel, to ensure an accurate and efficient data collection program. Inventory team will be tailored to the needs of GLWACH Pharmacy Service. The contractor shall provide all resources, labor, travel, material, equipment and management necessary to perform inspections.. C.1.2. CONTRACTOR PERSONNEL: The Contractor will provide a sufficient number of qualified personnel to provide for the count to be completed. This is a Turn-Key Inventory and must be accomplished in (3) working days, with the counting supervisor on site to monitor inventory auditors during the course of the inventory for each location. The contractor must train/certify their employees to become an active auditor: 1)All Inventory counters have undergone a full background investigation. 2)All Inventory counters have passed a drug screening test. 3)All Inventory counters have passed extensive training on inventory counting methods, proper medication identification using NDC's and the proper handling of medication. C.1.2.1 DAY OF SERVICE CALL: The Contractor will coordinate inventory dates and times with the pharmacy locations in order to effectively reduce interruption to normal day's workflow. All inventories will be conducted to encompass nights and weekends. The Contractor will abide by any visitor requirements set forth by the installation to include but not limited to: 1) Signing in and out required visitor log. 2) Obtaining and returning temporary visitor's badge 3) Meeting designated Contracting Officers quote mark Representative for escort to the facilities All inventory counters will be identified by the following methods: 1) Company Uniform displaying the Contractor Inventory Logo. 2) Company issued Inventory Photo Name Badge 3) All scheduled personnel names will be provided to facility contact 14 days prior to inventory count. C.1.3. QUALITY CONTROL: Contractor utilizes their own proprietary, leading edge software technology to provide the highest level of accuracy and service to our clients. The Contractor will utilize hand held computers containing the NDC/UPC for real time validation. The Contractor will work with GLWACH Pharmacy Service personnel to obtain wholesaler current pricing. All pharmaceuticals will be counted using the tenths method. All sections that are inventoried are available for printing, reviewing and auditing. The Contractor shall respect patient confidentiality during the period of performance in accordance with current HIPA Regulations. The Contractor will provide personnel to conduct random test counts on each inventory counter. Inventory Reporting will be provided at the conclusion of each count. Reports to be written on a CD and left on site include are: 1) Location Summary 2) Detail Scan Report 3) Excel Spreadsheet Reports will also be delivered to GLWACH electronically within 48 hours completion of all sites. C.1.4. SAFETY: The Contractor shall report immediately, by the fastest communication means, to the Government Point of Contact (GPOC), or the Alternate representative, all accidents which may arise out of or in connection with the performance of services required within the scope of this contract. The contractor shall within twenty-four (24) hours after commencement of work, furnish in writing through the Contracting Officer's Representative and to the Director of Health and Services, the name and address of Contractor's doctor to be notified in case of an accident. C.1.5. USE OF CELLULAR PHONES AND 2-WAY RADIOS: The use of cellular phones and 2-way radios is expressly forbidden in all Medical Treatment Facilities and Health Clinics. C.1.5. INVOICING: Payment will be made by Defense Finance and Accounting Service (DFAS, Indianapolis, US Army Vendor Pay). Invoice (2-1 invoice) shall be submitted into Invoice, Reciept, Acceptance and Property Transfer website, (formerly WAWF), after completion of all physical pharmaceutical inventories for FT General Leonard Wood, Army Community Hospital, Missouri. C.1.6 ANTITERRORISM/OPERATION SECURITY TRAINING REQUIREMENTS C.1.6.1. AT Level Training; this standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 60 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the Government Point of Contact (GPOC) or to the contracting officer, if a GPOC is not assigned, within 65 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil C.1.6.2. Access and general protection/security policy and procedures; this standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.1.6.3. For contractors requiring Common Access Card (CAC); before CAC issuance, the contractor employee requires, at a minimum, a favorably adjudicated National Agency Check with Inquiries (NACI) or an equivalent or higher investigation in accordance with Army Directive 2014-05. The contractor employee will be issued a CAC only if duties involve one of the following: (1) Both physical access to a DoD facility and access, via logon, to DoD networks on-site or remotely; (2) Remote access, via logon, to a DoD network using DoD-approved remote access procedures; or (3) Physical access to multiple DoD facilities or multiple non-DoD federally controlled facilities on behalf of the DoD on a recurring basis for a period of 6 months or more. At the discretion of the sponsoring activity, an initial CAC may be issued based on a favorable review of the FBI fingerprint check and a successfully scheduled NACI at the Office of Personnel Management. C.1.6.4. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. C.1.6.5. I WATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local IWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the GPOC This training shall be completed within 60 calendar days of contract award and within 60 calendar days of new employees commencing performance with the results reported to the COR NLT 65 calendar days after contract award. C.1.6.7. Army Training Certification Tracking System (ATCTS) registration; for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. C.1.6.8. Contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1. C.1.6.9. For contracts that require OPSEC Training; per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training. New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter. C.1.6.10. For information assurance (IA)/information technology (IT) training; all contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions. C.1.6.11. For information assurance (IA)/information technology (IT) certification; Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award. C.1.6.12. For contracts that require handling or access to classified information; Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified quote mark Confidential, quote mark quote mark Secret, quote mark or quote mark Top Secret quote mark and requires contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. C.1.6.13. Threat Awareness Reporting Program, for all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b. SUB-SECTION C-2 DEFINITIONS/ACRONYMS/ABBREVIATIONS C.2.1 DEFINITIONS. Definitions as used through this section of the contract or in the material referenced by this contract, shall have the meaning set forth below. C.2.1.1. Contracting Officer: A duly appointed person with the authority to enter into and administer contracts on behalf of the government. C.2.1.2. Government Point of Contact (GPOC); an individual designated in writing by the Contracting Officer to perform specific contract administration functions. C.2.1.3. Contract Modification: A written alteration to contract provisions of the existing contract. C.2.1.4. Acronyms/Abbreviations GFP - Government Furnished Property IAW - In Accordance With NCOIC - Noncommissioned Officer In Charge TE - Technical Exhibit WAWF / IRAPT - Wide Area Workflow C.2.1.5 Legal Public Holidays. Holidays in each calendar year identified as follows: New Year's Day, January 1; Martin Luther King's Birthday, the third Monday in January; Washington's Birthday, the third Monday in February; Memorial Day, the last Monday in May; Independence Day, July 4; Labor Day, the first Monday in September; Columbus Day, the second Monday in October; Veteran's Day, November 11; Thanksgiving Day, The fourth Thursday in November; and Christmas Day, December 25. SUB-SECTION C-3 CONTRACTOR FURNISHED PROPERTY AND SERVICES C.3.1. EQUIPMENT AND ACCESSORIE: The contractor shall provide all resources, labor, travel, material, equipment and management necessary to perform the GLWACH Pharmacy inspections.. SUB-SECTION C-4 GOVERNMENT FURNISHED PROPERTY AND SERVICES C.4. No Government Furnished Property (GFP) and services are to be provided. SUB SECTION C-5 SPECIFIC TASKS C.5.1 The Contractor shall furnish all labor in which to complete the drug inventory in (3) days. C.5.2 The contractor shall provide a counting supervisor on-site to monitor auditors during the course of the inventory. Contractor shall also provide personnel to assist in the verification process of the inventory by conducting random test counts on each inventory auditor. C.5.3 The contractor shall provide detailed printouts for the verification process. Any and all corrections will be completed prior to contractor inventory personnel leaving the premises. C.5.4. All reports will be delivered electronically within 24-48 hours of the completed inventory date. Final inventory data will be delivered in EXCELL and/or PDF format. Hardcopies of all reports will be left on site. All programming will be customized by GLWACH pharmacy staff. Basic Service Plan Disabled System / Hardware or Software SUB-SECTION C-6 APPLICABLE PUBLICATIONS AND DOCUMENTS C.6.1. APPLICABLE PUBLICATIONS AND DOCUMENTS: Current publications and documents applicable to this contract are listed below. The publications are coded as advisory or mandatory. The Contractor shall comply with those coded as mandatory and all publications and document referenced within or supplemented by those publications. The Contractor shall comply with all changes to referenced publications and documents in effect at contract start date. The Contractor shall inform the Contracting Officer of any such change those impacts on the estimated cost of the contract. The Contractor shall ensure that publications are posted and up to date. Also see paragraphs C.4.1.1. And C.4.3. for laws and regulations governing transportation by motor bus in the State of Kansas (school or commercial). Codes: A - Advisory M - Mandatory JER TITLE CODE DOD SSOO.7-RJoint Ethics Regulations (JER) M AR 40-3, 11-23 Pharmacy Supply & Support OTSG/MEDCOM Policy Memo 08-052 Inventory Management of Non-controlled Medications (End of Performance Work Statement) 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (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: Award will be made based on Lowest Price, Technically Acceptable, (LPTA). The evaluated price will be the total price of the quote, which will include Base year and (3) Option years thereafter Contractor must provide proof of prior performance, and or certification insurance. Price must be determined to be fair and reasonable. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be SAM registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.sam.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All vendors will be required to submit payment invoicing through Invoice Reciepts, Acceptance and Property Transfer, (formerly WAWF) website, ( See IRAPT Clause, earlier in this Solicitation) Offeror submissions of questions about the solicitation will be accepted, no later than 12:00PM Local Pacific time, on 22 May 2015. Submitt information via email to; Walter.j.Bischoff.civ@mail.mil ALL QUESTIONS SHALL BE SUBMITTED VIA EMAIL, TELEPHONE CALLS WILL NOT BE ACCEPTED. Western Regional Contracting Office 673 Woodland Square Loop SE, Suite # 101 Lacey WA 98503 (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-15-T-0206/listing.html)
- Record
- SN03751408-W 20150605/150603234730-0634d0c687c0c3c00e336cd89f8887f9 (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 |