Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
DOCUMENT

R -- Repackaged and Controlled Substance Destruction - Attachment

Notice Date
9/18/2018
 
Notice Type
Attachment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25718Q9596
 
Response Due
9/21/2018
 
Archive Date
10/21/2018
 
Point of Contact
Joseph A. Leyte
 
Small Business Set-Aside
N/A
 
Description
Synopsis Repackaged and Controlled Substance Destruction DESCRIPTION OF SERVICE: Appropriate disposition of repackaged controlled substances with notification to any and all oversight agencies, as necessary. a. BACKGROUND: Medication that is damaged, expired or otherwise unusable cannot be distributed to Veteran patients. The pharmacy may accumulate repackaged items including medication processed into patient prescriptions, repackaged items for use within the facility and other items removed from original packaging. Medication not in the original packaging from the manufacturer cannot be returned for credit and are potentially deemed pharmaceutical waste or unusable product. Items must be disposed of in a manner that is safe for the environment and in keeping with all current and future laws & regulations. In the case of a controlled substance, a Drug Enforcement Agency (DEA) Form 222 must be generated to account for the removal of schedule II controlled substances from the facility and other paperwork must be filed with the DEA once the destruction has occurred. Schedule III, Schedule IV and Schedule V controlled substances will be inventoried and a complete list shall be provided to the facility. Full and complete accountability is expected for all controlled substances, to include web-based tracking and reporting tool. b. OBJECTIVE: To have pharmaceutical product, including controlled substances, removed from South Texas Veterans Health Care System (STVHCS) sites and disposed of properly in accordance with all current DEA rules and applicable regulations. If paperwork is required by an oversight agency such as the DEA, the contractor shall generate the appropriate paperwork or have it available through the web-based tracking and reporting tool. Copies of any and all regulatory paperwork shall be timely sent to or left with the STVHCS pharmacy station. c. SCOPE OF WORK: Unusable medication identified by the pharmacy, including controlled substances, shall be removed from the listed facilities every other month with potential of ad-hoc pick-ups as requested. There are four (4) main facilities, with the possible inclusion of secondary Veterans Affairs (VA) locations. Paperwork including, but not limited to, a DEA Form 222 shall be generated and a copy will be provided and stored within the pharmacy narcotic vault prior to the removal of medications from the facility. All repackaged controlled substances shall be shipped by the contractor, at no cost to the VA, directly from the pharmacy to the contractor s designated processing facility. Resource Conservation and Recovery Act (RCRA) and National Institute for Occupational Safety and Health (NOISH) listed repackaged substances shall be disposed of in accordance with all regulatory requirements. Web-based tracking and reports, including but not limited to DEA form 41, shall be made available to each facility for each visit or pick-up. List of Sites: *Audie L. Murphy VA Hospital, San Antonio, Texas Frank M. Tejeda Outpatient Clinic, San Antonio, Texas North Central Federal Clinic, San Antonio, Texas Kerrville VA Hospital, Kerrville, Texas *Larger site Estimated workload - As a guide, the following estimates are made: Estimated Lines Per Pick-up Per Site: Site Est. lines per pick-up Audie L. Murpy 51 or more Frank M. Tejeda 50 or less North Central Federal Clinic 50 or less Kerrville VA Hospital 50 or less *Due to lapse in service the initial number of line items are likely to exceed the routine number of line items with an estimated 3 times the routine volume. TERM OF CONTRACT: One-year base with four 1-year optional renewals beginning at contract award. HOURS OF OPERATION: All processing of medication for disposal and parcel pickup shall be scheduled in advance and performed Monday through Friday between 8:00 AM and 4:30 PM Monday through Friday, exclusive of government holidays. IMAGE AND DATA TRANSMISSION AND SECURITY: N/A. SECURITY REQUIREMENTS FOR CONTRACTOR EMPLOYEES: All contractor employees shall have contractor generated picture identification and shall process into the facility as per the facility s current security policy. GUIDELINES: Contractor shall perform the functions required under this contract in accordance with the federal, state and local laws, rules and regulations of the DEA, Environmental Protection Agency (EPA), NIOSH and RCRA regulation. The contractor shall not participate nor be a party to any activities, which are in conflict with federal and/or state guidelines or regulations. In the event the contractor encounters said conflicting situations, the contractor shall notify the Contracting Officer Representative (COR) or the Contracting Officer in writing to resolve such issues. Neither the VA nor the contractor shall be responsible for any delays or failures to perform due to causes beyond each party's control. The VA and the contractor may, upon mutual consent, modify the timing and schedule of services. QUALIFICATIONS: (1) Licenses and permits shall be unencumbered with no current possibility of suspension or termination. (2) The Contractor shall provide Liability and/or Business Owner insurance certification, license, and permit applicable to the work effort herein, along with records evidencing regulatory compliance and citations over the past 5 years for violating any state of federal regulations. (3) The contractor shall be responsible to ensure that any necessary equipment or forms are available to their employees at the time of the performance of the work and that copies of required forms are left with the Chief, Pharmacy Service or designee. If the forms cannot be generated due to unforeseen circumstances, they shall be sent to the Chief, Pharmacy Service or designee within 24 hours of the performance of the work. INFORMATION SECURITY/PRIVACY: (1) Contractor will be required to comply with physical security guidelines by either checking in with the VA Police each time they come on-site to perform contracted services or by obtaining a VA Contractor ID badge in accordance with VAPHS Policy. The VA ID badge must be worn at all times. (2) Contractor may not have access to the VA network or any VA sensitive information under this contract. (3) Contractor must complete VA Privacy and Information Security Awareness and Rules of Behavior training prior to the performance of the contract and annually thereafter. Training must be completed in VA s TMS system (https://www.tms.va.gov/). Contractors must use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. Proof of training completion must be verified and tracked by the COR. (4) Information System Officer, Information Protection:   The contractor will not have access to VA Desktop computers, nor they will not have access to online resources belonging to the government. (5) Privacy Officer:   The Contractor will not have access to protected Patient Health Information (PHI) nor will they have capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage device will remain in VA control and will not be removed from VA custody.   All research data available for Contractor analysis is de-identified. (6) Records Manager:   (a) Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. (b) Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. (c) Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. (d) Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. (e) Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. (f) The Government Agency owns the rights to all data/records produced as part of this contract. (g) The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. (h) Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. (i) No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. (j) Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6.00 JB __________________ __________________ Audie Murphy Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Base POP Begin: POP End: 0002 6.00 JB __________________ __________________ Frank Tejada Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Base POP Begin: POP End: 0003 6.00 JB __________________ __________________ North Central Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Base POP Begin: POP End: 0004 6.00 JB __________________ __________________ Kerrville Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Base POP Begin: POP End: 0005 8.00 JB __________________ __________________ Ad hoc pick-up with 51 or more line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Base POP Begin: POP End: 0006 10.00 JB __________________ __________________ Ad hoc pick-up with 50 or less line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Base POP Begin: POP End: 1001 6.00 JB __________________ __________________ Audie Murphy Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 1 POP Begin: POP End: 1002 6.00 JB __________________ __________________ Frank Tejada Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 1 POP Begin: POP End: 1003 6.00 JB __________________ __________________ North Central Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 1 POP Begin: POP End: 1004 6.00 JB __________________ __________________ Kerrville Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 1 POP Begin: POP End: 1005 8.00 JB __________________ __________________ Ad hoc pick-up with 51 or more line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 1 POP Begin: POP End: 1006 10.00 JB __________________ __________________ Ad hoc pick-up with 50 or less line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 1 POP Begin: POP End: 2001 6.00 JB __________________ __________________ Audie Murphy Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 2 POP Begin: POP End: 2002 6.00 JB __________________ __________________ Frank Tejada Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 2 POP Begin: POP End: 2003 6.00 JB __________________ __________________ North Central Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 2 POP Begin: POP End: 2004 6.00 JB __________________ __________________ Kerrville Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 2 POP Begin: POP End: 2005 8.00 JB __________________ __________________ Ad hoc pick-up with 51 or more line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 2 POP Begin: POP End: 2006 10.00 JB __________________ __________________ Ad hoc pick-up with 50 or less line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 2 POP Begin: POP End: 3001 6.00 JB __________________ __________________ Audie Murphy Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 3002 6.00 JB __________________ __________________ Frank Tejada Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 3003 6.00 JB __________________ __________________ North Central Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 3004 6.00 JB __________________ __________________ Kerrville Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 3005 8.00 JB __________________ __________________ Ad hoc pick-up with 51 or more line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 3 POP Begin: POP End: 3006 10.00 JB __________________ __________________ Ad hoc pick-up with 50 or less line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 3 POP Begin: POP End: 4001 6.00 JB __________________ __________________ Audie Murphy Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 4002 6.00 JB __________________ __________________ Frank Tejada Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 4003 6.00 JB __________________ __________________ North Central Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 4004 6.00 JB __________________ __________________ Kerrville Location: Disposal of repackaged controlled substances in accordance with the Statement of Work. Contract Period: Option 3 POP Begin: POP End: 4005 8.00 JB __________________ __________________ Ad hoc pick-up with 51 or more line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 3 POP Begin: POP End: 4006 10.00 JB __________________ __________________ Ad hoc pick-up with 50 or less line items. Number of pick-ups are estimated and will vary based on actual need. Contractor will only be paid for services performed as quantities are not guaranteed. Contract Period: Option 3 POP Begin: POP End: GRAND TOTAL This contract will be for a 1-year base with four additional 1-year optional renewals. A written Request for Quotations (RFQ) will be issued to the Government Point of Entry www.fbo.gov. Responses to the solicitation must be made via email to Joseph.Leyte@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718Q9596/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9596 36C25718Q9596.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4598065&FileName=36C25718Q9596-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4598065&FileName=36C25718Q9596-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05093704-W 20180920/180918230834-7174ba59b478acfcea86c787e9e99243 (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.