Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2020 SAM #6642
SOURCES SOUGHT

R -- PHARMACY INVENTORY MANAGEMENT SYSTEM

Notice Date
2/3/2020 12:53:16 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24220Q0320
 
Response Due
2/6/2020 8:59:59 PM
 
Archive Date
02/21/2020
 
Point of Contact
EULANDA JAMES, Contracting OfficerEulanda.James@va.gov
 
E-Mail Address
Eulanda.James@va.gov
(Eulanda.James@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
SCOPE: The Department of Veterans Affairs Service Area Office East/Network Contracting Office 2, VA New York Harbor Healthcare System Services Team II has a requirement to perform a annual Wall to Wall inventory in Pharmacy for New York campus, Brooklyn Campus to include St Albans Campus. According to VHA Handbook 1761. (1 ). GENERAL REQUIREMENTS: The VA New York Harbor Healthcare System is dedicated to providing quality health care to veterans using the abilities of all employees supported by our commitment to education and research. We are recognized locally, regionally, and nationally as a leader in quality patient care, positive customer service, medical/allied health education, health-related research and employment opportunities. We seek to be the provider of choice of veterans and the community by offering an efficient, integrated quality health care system capable of providing a full range of primary, specialty and chronic health care services in a system that is readily accessible and responsive to change. Our key business drivers are quality, financial integrity, patient satisfaction and employee satisfaction. Medication management in this facility and pharmacy areas is complex, with mounting pressure on VA Hospitals and VISNs to ensure medication availability and regulatory compliance while reducing expense. To ensure we are at par with the current technology standardizing on best practices, eliminating waste and constructing a foundation for success are critical. The Pharmacy Service at VA NYHHS needs an inventory solution service that will provide wall to wall physical inventory and review of all pharmacy drugs and supplies. Objectives The VA New York Harbor Health Care System is looking for inventory solution services that will provide inventory services which will improve efficiency, financial performance and on-hand reduction. The VA NYHHS requires a platform solution proven technology and experience with actionable intelligence to prevent medication errors, which will help free up clinician time to focus on patient care, increase the predictability of medication availability and reduce inefficiencies in the medication use process. On all medication use process, safety and efficiency is our number one priority. The Pharmacy Service needs an inventory solution that will: Provide scanning capabilities for accurate NDC identification Inventory current supplies on hand and create accurate wholesaler pricing information Must have auditors certified in pharmaceutical count methods, handling of medications and HIPAA regulations. Minimal disruption to daily pharmacy operations Complete reporting of inventory and verification Reports must be able to provide following information: Current contracted pricing from multiple wholesalers, including direct purchases and drop site items. Point of entry validation. Audit trails at the completion of sections. Mapping of pharmacy set sections, established for year to year comparison. Ability to provide custom location reports per unique sites at your facility separating inpatient, outpatient, off site, etc. Requirements: The inventory shall include all products purchased from the prime vendor as well as any direct purchases. The inventory is further limited to medication and supplies that are dispensed to patients. Items such as equipment and prescription labels and vials are excluded. The inventory is limited to areas that are under the direct control of each pharmacy. If products are open, the quantity should be estimated to the nearest 10th of a bottle. The contractor shall determine an actual replacement cost for the inventory at each site. Some contractors utilize the McKesson Telxon to gather this information; others require a list of products costs with NCD numbers. If the contractor needs cost information, the VA facility will supply it in Excel format. The contractor must use this to determine the replacement cost of the inventory. If the product was purchased directly, the facility will have to supply the most recent cost. The contractor must be capable of providing an Excel spreadsheet with at least these data elements: Item name (name and strength, i.e., Ativan 1mg/1ml) Package description NDC Total quantity Current package price Total replacement cost per item per site Total replacement cost of all items per site The contractor shall complete the inventory of all sections in one business day at each facility. The contractor shall adhere to all VA security requirements. It is preferable that the contractor will have had previous VA or government experience in the taking of pharmacy inventories. The contractor should have had prior experience with McKesson software packages as they relate to inventory and drug cost. Work shall begin on a mutually agreed/date schedule. Each Medical Center will issue a separate purchase order number for their respective site. The contractor shall invoice in accordance with each individual purchase order. Work for all sites shall be completed within 30 days of letter of approval. Contractor shall submit with its proposal, a list of at least four references of pharmacy inventory services you provided and also describe the work performed and value of the contract. The job should be started and completed the same day in one site at a time. Services are to be performed at the following VA New York Harbor Healthcare System sites: New York Campus Brooklyn Campus St. Albans Campus Should a contractor want to perform a site visit, please contact each facility point of contact listed above. Contractors shall submit a report for each facility. Note that each facility must have an individual report provided. The C&A requirements do not apply, and that a Security Accreditation Package is not required. Three comprehensive reports will be made available at the completion of the inventory: Location Summary Detail Scan Report Excel Spreadsheet All reports shall be in Excel format and a hard copy of each report shall be submitted to: Acceptance Procedures The COR and Pharmacy Chief at the Manhattan VA will confirm receipt of services. THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. This Request for Information is intended for Socio-economic groups: Service Disable Veteran Owned Small Business and Veterans Owned Small Business. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. The Department of Veterans Affairs Service Area Office East/Network Contracting Office 2, VA New York Harbor Healthcare System Services Team II, is conducting market research to identify potential sources with the intention to award Service Contract. Responses to this notice should include company name, address, point of contact, phone number, fax number and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). NAICS Code is 561990. This procurement will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received in writing no later than 3:00 pm Eastern Standard Time (EST) on February 6, 2020. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff in regard to this requirement, as they are not authorized to discuss this matter related to this procurement action, all questions will be addressed during the solicitation stage by the Contract Specialist. All firms responding to this Request for Information are advised that their response is not a request for proposal therefore will not be considered for a contract award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a505be5c21649db9229b1b11812c7d0/view)
 
Place of Performance
Address: VA - New York, NY Campus;VA - Brooklyn Campus;VA - St. Albans Campus, USA
Country: USA
 
Record
SN05550731-F 20200205/200203230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.