DOCUMENT
Q -- Pharmacy Emergency Prescription Dispensing Services, Ralph H Johnson VAMC, Period of Performance: Base Year and 4 One Year Option Periods - Attachment
- Notice Date
- 9/6/2017
- Notice Type
- Attachment
- NAICS
- 446110
— Pharmacies and Drug Stores
- Contracting Office
- Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24717Q1079
- Response Due
- 9/12/2017
- Archive Date
- 12/20/2017
- Point of Contact
- Janica Francis-Hunter (90C)
- E-Mail Address
-
ment
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Solicitation Number: VA-247-17-Q-1079 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-17-Q-1079 and is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-94, effective December 20, 2016. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as a Service Disable Veteran Owned Small Business set aside. The North American Industry Classification System (NAICS) code is 446110, and the size standard is $27.5 million. (v) This requirement is for a Base Year and 4 one year Option Year Periods. Vendors are therefore asked to completed price list for each year in their response, and to include a Grand Sum Total for Base Year and 4 one year Option Periods. B.3 PRICE/COST SCHEDULE-ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Emergency Prescription- Dispensing Services to Pharmacy CBOC's (Savannah, Myrtle Beach, Beaufort, Goose Creek and Hinesville). Contract Period: Base POP Begin: 10-01-2017 POP End: 09-30-2018 1.00 YR _________________ _________________ 1001 Emergency Prescription- Dispensing Services to Pharmacy CBOC's (Savannah, Myrtle Beach, Beaufort, Goose Creek and Hinesville). Contract Period: Option 1 POP Begin: 10-01-2018 POP End: 09-30-2019 1.00 YR _________________ _________________ 2001 Emergency Prescription- Dispensing Services to Pharmacy CBOC's (Savannah, Myrtle Beach, Beaufort, Goose Creek and Hinesville). Contract Period: Option 2 POP Begin: 10-01-2019 POP End: 09-30-2020 1.00 YR _________________ _________________ 3001 Emergency Prescription- Dispensing Services to Pharmacy CBOC's (Savannah, Myrtle Beach, Beaufort, Goose Creek and Hinesville). Contract Period: Option 3 POP Begin: 10-01-2020 POP End: 09-30-2021 1.00 YR _________________ _________________ 4001 Emergency Prescription- Dispensing Services to Pharmacy CBOC's (Savannah, Myrtle Beach, Beaufort, Goose Creek and Hinesville). Contract Period: Option 4 POP Begin: 10-01-2021 POP End: 09-30-2022 1.00 YR __________________ _________________ GRAND TOTAL __________________ B.4 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 BASE YEAR 1.00 EA 10/01/2017 - 09/30/2018 1001 OPTION YEAR 1 1.00 EA 10/01/2018 - 09/30/2019 2001 OPTION YEAR 2 1.00 EA 10/01/2019 - 09/30/2020 3001 OPTION YEAR 3 1.00 EA 10/01/2020 - 09/30/2021 4001 OPTION YEAR 4 1.00 EA 10/01/2021 - 09/30/2022 (vi) The following is a detailed description of the requirements for this solicitation: RALPH H. JOHNSON VA MEDICAL CENTER EMERGENT PRESCRIPTIONS OBJECTIVE-To obtain a contracted service to facilitate emergent prescription fills for Veterans seen at the Community Based Outpatient Clinics (CBOCs) and affiliated clinics to the Ralph H. Johnson VA Medical Center in Charleston, SC listed below. Trident CBOC: 9237 University Blvd., North Charleston, SC 29406 Goose Creek CBOC: 2418 NNPTC Circle, Goose Creek, SC 29445 Savannah CBOC: 1170 Shawnee Street, Savannah, GA 31419 Hinesville CBOC: 500 East Oglethorpe Highway, Hinesville, GA 31313 Myrtle Beach CBOC: 3381 Phillis Blvd., Myrtle Beach, SC 29577 Myrtle Beach VA Clinic- Market Common: 1101 Johnson Avenue, Myrtle Beach, SC 29577 Beaufort CBOC: 1 Pinckney Blvd., Beaufort, SC 29902 AGENCY BACKGROUND- Ralph H. Johnson VAMC is a 149-authorized bed tertiary care teaching hospital with 20 operating nursing home care beds, and is dedicated to providing the highest quality of patient care and services to Veterans along the South Carolina and Georgia coasts. The Ralph H. Johnson VA Medical Center provides comprehensive health care through primary care, tertiary care, and long-term care in areas of medicine, surgery, psychiatry, physical medicine and rehabilitation, neurology, women's health and dentistry. Specialty services include Cardiothoracic Surgery, Neurosurgery, Orthopedics, Mental Health programs for PTSD, Substance Use Disorders, Military Sexual Trauma, Cardiology, Oncology, Nephrology, Pulmonary and Geriatrics. The VAMC includes five Community Based Outpatient Clinics (CBOC) located in Beaufort, Goose Creek and Myrtle Beach, South Carolina, and Savannah and Hinesville, Georgia, as well as an annex in North Charleston. The Ralph H. Johnson VA Medical Center also supports three Vet Centers located in Charleston and Myrtle Beach, South Carolina, and Savannah, Georgia. SCOPE and GENERAL REQUIREMENTS-The contractor shall provide pharmaceutical products and services to VA beneficiaries in the Ralph H. Johnson VA Medical Center CBOC's located at Trident, Goose Creek, SC, Savannah, GA, Hinesville, GA, Myrtle Beach, SC and Beaufort, SC as follows: 1. Only new prescriptions shall be filled. A new prescription is defined as a written, verbal, or electronically transmitted, prescription for a drug product and strength that has not been previously dispensed to the beneficiary in the past 12 months. A repeat order for the same drug product within 12 months, even if transmitted as a new prescription order is not considered a new prescription. Exception may be made for second courses of antibiotic therapy and emergent doses of maintenance medications as deemed necessary by the provider. No refills may be authorized. Only prescriptions from VA authorized practitioners shall be filled under the contract. Prescriptions will be written on VA prescription form 10-2577F, and hand carried by the beneficiary. The prescription will accompany an approved authorization voucher. Prescriptions from practitioners that have not been authorized by the VA shall not be filled under the contract. Prescriptions that are non-emergent that the provider wrote for the patient to purchase at his/her own expense shall not be filled under the contract. Prescriptions shall be filled for legend drugs listed in the VA emergent formulary drug list. A copy of the emergent formulary drug list will be provided upon award to the Contractor. The Contractor shall review all prescriptions to ensure that the product is listed on the emergent formulary. The VA reserves the right to add or delete drugs from the emergent formulary. The VA is not responsible for payment of any prescription for products not on the emergent formulary even if ordered by VA authorized practitioners. If a VA authorized practitioner prescribes a product not on the emergent formulary the pharmacist shall notify the patient that the prescription is not covered and that the patient will be responsible for the cost, payable at that time. Any other exceptions to the prescription requirements of the contract must be pre-authorized by the respective Clinic Consultant at the responsible VA Medical Center. Decisions of the Medical Center are final. Medical Centers may retroactively approve exceptions but the decisions to retro actively consider, review or approve retroactive request for exceptions is solely at the discretion of the Medical Center. Unless otherwise pre-authorized, prescription fills shall be limited to a maximum of a 10-day supply (unless repackaging is not an option example: insulin, oral inhalers, etc. in which cases the minimum available package size will be dispensed) with no refills. Prescriptions shall be filled within one hour of delivery to the pharmacy. The mailing and delivery of prescriptions are not authorized. Prescriptions filled under this contract shall be the extent permitted by law, the least expensive generic equivalent drug product the pharmacy has in stock. Generic drugs shall be dispensed whenever possible. A product is not considered a generic equivalent unless the strength, quality, and dosage are the same as the brand name. The generic name shall be displayed on all labels for all medications. Brand name products will be dispensed only if there is no therapeutic equivalent product listed as (AB) equivalent. The filling of prescriptions shall be inclusive of patient medical profile review and proper filling and labeling in accordance with proper pharmacy practices and state requirements. Procedures shall include necessary patient education and counseling consistent with the Omnibus Budget Reconciliation Act (OBRA) 1990 requirement to ensure appropriate use and optimal outcomes from drug therapy. Counseling includes the following information at a minimum: Name, description and use of the medication Dose, dosage form and route Special directions and precautions Common side effects and action required if they occur Techniques for self-monitoring drug therapy Action to be taken if a dose is missed Proper storage What the patient can expect from the medication All prescriptions MUST have appropriate auxiliary labels attached to the containers. Consideration must be given to a patient's ability to open "childproof' containers. Generic name must be indicated on drug label for all medications. Beyond use dating and lot numbers should be present on all dispensed containers. Pharmacists must collect, synthesize and interpret patient, prescription and disease data in monitoring for therapeutic duplication, drug-disease contraindications, drug-drug interactions (including those with OTC medications), incorrect drug dosage, inappropriate duration of treatment, drug-allergy interactions, and clinical abuse-misuse. Adverse event reporting: All medication errors, adverse drug reactions or allergy reactions related to medications dispensed under this contract shall be reported to the Contracting Officer's Technical Representative of the responsible VA Medical Center. The Contractor shall notify the VA in writing whenever a malpractice claim involving a VA patient has been filed against the contract within three (3) working days. The contractor must have a minimum of one pharmacy within a 10-mile radius of each VA Community Based Outpatient Clinic (CBOC). The facility must be handicapped accessible, have handicapped parking spaces available and have seating available for patients waiting for prescriptions. Additional areas may be added to this contract by mutual agreement as services are needed for new CBOC's in the service area. Contract requirement and rates will be as stated in the proposal and subsequent contract. Offeror shall provide all prescribed therapeutic agents to patient at wholesale pricing per price list minus discount listed in the Price Schedule. Any dispensing fees must be included in pricing or listed by the offeror as a separate line item. The total cost charges to the VA shall be the same or lower than that charged to their best customer and in no case, more than charged to the general public. The contractor must provide a price list to the Contracting Officer showing pricing of the pharmaceuticals. As price list changes the contractor must submit the revised price list to the Contracting Officer. The contractor shall invoice for reimbursement at the prices stated in the Schedule of Supplies of this contract. The Contractor shall bill the appropriate Billing Contact (to be provided when contract is awarded) monthly for services rendered. More frequent billing cycles are negotiable. The VA will randomly audit all billings. Pharmacies under contract shall make records available to the VA auditor in a timely manner at the location where dispensed. All invoices and reports shall be furnished by the 5th business day of each month and reference the following information: Name and Address of Contractor Name, title and phone number of person to be notified in event of questions Name and address of official to whom payment is to be sent Contract Number Date of Invoice Billing Pharmacy Beneficiary Name Beneficiary Social Security Number Authorized providers name Prescription Number Date of Fill Drug Generic Name Drug Strength Quantity Dispensed NDC number of Product Dispensed Cost of Drug Dispensing Fee Total cost of Invoice If the prescription was an approved exception to the VA emergent formulary drug list, the name of the approving official (clinic contact or designee) must be included on the invoice. Medication errors or medication related incidents. The Parties agree that the Contractor's personnel will not be considered VA employees for any purpose and shall be considered employees of the Contractor. Contractor employees are not covered by the Federal Tort Claim Act. When Contractor employee has been identified as a provider in a tort claim, the Contractor employee is responsible for notifying the Contractor's legal counsel and/or insurance carrier. Any settlement or judgment arising from a Contractor employee's action or non-action is the responsibility of the Contractor and/or insurance carrier. The Contractor shall notify the VA of the action or non-action. The standard VA pharmacy prescription claim form shall be utilized for billing purposes. A comprehensive record keeping system shall be approved by the Contracting Officer and be in place prior to initiation of the contract. The Contractor shall submit with their proposal a sample of their proposed record keeping system. A computerized system is preferred. Pharmacy services shall be available between the hours of 9:00AM and 7:00PM, Monday through Friday, at a minimum. Deviations from these hours should be provided and justified in the proposal. The Contractor will not be required to be open on Federal holidays. A pharmacist will be available to answer any drug related questions that a patient may have after the prescription is filled. This may be in the form of written and/or verbal information. Each dispensing pharmacy will maintain a log of VA prescriptions filled and have the patient sign next to each prescription number of each prescription received. A copy of this log must be available for review if there is a question of eligibility or identification of the individual that picked up a particular prescription. The Contractor must abide by all HIPPA regulations and understands that all information concerning VA beneficiaries shall be kept confidential and shall not be disclosed to any person, except in accordance with applicable Federal laws and when authorized in writing. The Contractor shall ensure the confidentiality of all patient information, and shall be held liable in the event of a breach of confidentiality. Breach of confidentiality is grounds for termination of this contract. Contractor is subject to all federal and state statutes, rules and regulations regarding patient privacy. Said statues, rule and regulations which include, but are not limited to, 5 USC Section 552(a), 38 USC Section 5319, 38 USC Section 7332 are available from the contracting officer upon request. All prescriptions must be filled in a manner that meets and or exceeds current State of South Carolina and State of Georgia, and federal requirements that govern the filling and dispensing of prescriptions. -----END OF SOW----- (vii) The estimated Performance Period is as follows: Base Year and 4 one-year Option Periods. (viii) Delivery: FOB Destination to Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29403 (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; 52.204-18 Commercial and Government Entity Code Maintenance, 52.232-18 Availability of Funds, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, VAAR 852.203-70 Commercial Advertising, VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.237-72 Electronic Invoice Submission of Payment Requests. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-3, 52.219-4, 52.219-8, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.222-44, 52.222-50, 52.222-55, 52.222-62, 52.223-18, 52.225-1, 52.225-13, 52.232-34. (xi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources. (xii) 52.212-2 Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 50 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: Documentation that confirms the Pharmacy has the required State of South Carolina, State of Georgia and Federal accreditation, license and certification for performing Emergent Prescription Fills services as specified in this solicitation. Documentation that confirms the Pharmacy is within a 10-mile radius of each VA CBOC as specified in this solicitation. Documentation that allows the Government to ascertain the Pharmacy has the capability to fill prescription with Generic and/or Brand name drugs as specified in this solicitation. Documentation that that allows the Government to ascertain the Pharmacy has the capability to fill prescription within one (1) hour of receipt as specified in this solicitation. Documentation that allows the Government to ascertain the Pharmacy has the capability to provide prescription refill services Monday through Friday between the hours of 9:00am-7:00pm as specified in this solicitation. Documentation that confirms Pharmacy is handicap accessible, has designated handicap parking spaces and adequate seating to accommodate patients waiting for service as specified in this solicitation. Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing Emergent Prescription Fills services as specified in this solicitation. Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov and a certified Service Disable Veteran Owned Business in VetBiz located https://www.vip.vetbiz.gov/. Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov. (End of Evaluation Criteria) (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. (End of Provision) (xiii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE ELECTRONIC QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. These pages will not be counted against the 50 page limitation of the submitted offer. Alternately, the offeror may submit a statement that their Reps and Certs are visible at SAM.GOV. (xiv) The Department of Labor Wage Determination applicable to this requirement is: WD 15-4427 (Rev. -4) dated 07/25/2017. Descriptions for the occupations for this requirement and determining the appropriate wage determinations are the responsibility of the contractor, and the offeror is encouraged to coordinate with the Department of Labor in order to determine the appropriate job classifications for this requirement. The Agency assumes no responsibility or liability for a contractor s determination of the appropriate classification. http://www.wdol.gov/sca.aspx (xv) N/A (xvi) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) N/A (xvi) QUESTIONS: All questions concerning this solicitation shall be electronically submitted to the Contracting Officer, Janica Francis-Hunter, via e-mail at janica.francis@va.gov no later than August 8, 2017 at 1:00 p.m. EST to allow for adequate time to research and answer (in the form of an Amendment) all questions received and to allow offerors adequate time prior to quote submission. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) SITE VISITS: Site Visit is not compilated at this time. (xviii) SUBMISSION OF OFFER: Offerors shall submit their quotes/offers/bids proposal to the Contract Officer, Janica Francis-Hunter at Janica.Francis@va.gov, no later than 01:00 p.m. EST on August 12, 2017. Any and all amendments must be acknowledged. Quotes/Offers/Bids shall be addressed as EMERGENT PRESCIPTION FILLS (VA247-17-Q-1079) along with offeror Name in the Subject Line of the email. In the event the submission is too large to be sent in one email; indicate the sequence in the email. Proposals shall provide all requested documents by electronic mail (Email) only. ONLY ELECTRONIC PROPOSAL WILL BE ACCEPTED. No Facsimile will be accepted. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. Vendor shall expect a confirmation e-mail indicating offer was successfully received by the Government. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. Telephone responses shall NOT be accepted. (xix) Contact information Contracting Office Address: Janica Francis-Hunter Contracting Officer (90C) Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 Trident CBOC: 9237 University Blvd., North Charleston, SC 29406 Goose Creek CBOC: 2418 NNPTC Circle, Goose Creek, SC 29445 Savannah CBOC: 1170 Shawnee Street, Savannah, GA 31419 Hinesville CBOC: 500 East Oglethorpe Highway, Hinesville, GA 31313 Myrtle Beach CBOC: 3381 Phillis Blvd., Myrtle Beach, SC 29577 Myrtle Beach VA Clinic- Market Common: 1101 Johnson Avenue, Myrtle Beach, SC 29577 Beaufort CBOC: 1 Pinckney Blvd., Beaufort, SC 29902 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24717Q1079/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-Q-1079 VA247-17-Q-1079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779452&FileName=VA247-17-Q-1079-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779452&FileName=VA247-17-Q-1079-000.docx
- File Name: VA247-17-Q-1079 ADDITIONAL CLAUSES AND PROVISIONS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779453&FileName=VA247-17-Q-1079-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779453&FileName=VA247-17-Q-1079-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-Q-1079 VA247-17-Q-1079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3779452&FileName=VA247-17-Q-1079-000.docx)
- Place of Performance
- Address: Ralph H Johnson VA Medical Center;Department of Veterans Affairs;Pharmacy Service (119);109 Bee Street;Charleston, SC
- Zip Code: 29401
- Zip Code: 29401
- Record
- SN04663459-W 20170908/170906232425-c080a5ce655e82ad1a6bdfbed03e2582 (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 |