SOLICITATION NOTICE
R -- VISN 9 Pharmacy Wall-to-Wall Inventory
- Notice Date
- 11/19/2020 2:13:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24921Q0056
- Response Due
- 12/4/2020 2:00:00 PM
- Archive Date
- 03/13/2021
- Point of Contact
- Bradley.Martin5@va.gov, Bradley Martin, Phone: 615-225-6478
- E-Mail Address
-
bradley.martin5@va.gov
(bradley.martin5@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 effective October 23, 2020. This solicitation is set-aside for Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 541614, with a small business size standard of $16.5 Million. The FSC/PSC is R706. The Veterans Integrated Service Network (VISN) 9 office is seeking to procure pharmacy wall-to-wall inventory services. All interested companies shall provide quotations for the following: STATEMENT OF WORK VISN 9 Wall to Wall Pharmacy Inventory Services The contracted inventory service provider is to provide the following: A once per year wall-to-wall inventory of VA Medical Center Pharmacies to be completed at all seven VISN 9 medical centers prior to the last day of January of each contract year. All deliverables must be entirely completed, validated for accuracy, and provided to the Medical Centers prior to the last day of February of each contract year. The included Medical Centers are: VA Medical Center Memphis, 1030 Jefferson Ave., Memphis, TN 38104 VA Medical Center Mountain Home, Veterans Way at Lamont St., Mountain Home, TN 37684 VA Medical Center TVHS Murfreesboro Campus, 3400 Lebanon Pike, Murfreesboro, TN 37129 VA Medical Center TVHS Nashville Campus, 1310 24th Ave., South, Nashville, TN 37212 VA Medical Center, Lexington 1101 Veterans Dr., Lexington, KY 40502 Robley Rex VA Medical Center Louisville, 800 Zorn Ave., Louisville, KY 40206 Selected vendor must have verifiable three or more years of experience conducting this type of inventory with other pharmacies, VA experience preferred. Selected Vendor must have verifiable experience working with another pharmacy (VA preferred) and the Prime Vendor, McKesson. Obtaining the correct costing files from VA Pharmacy staff is considered paramount. Any action by the selected vendor that would indicate that the vendor was trying to correct data files that were provided to a VA pharmacy is unacceptable. The VISN 9 Pharmacy staff cannot accept the need to adjust inventories, or records based on selected vendor s mistakes. The inventory should include all products purchased from the prime vendor as well as any direct purchases with a total dollar value of $100 or more per line item. The inventory is further limited to medications 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 the pharmacy. A wall-to-wall inventory, to include items and areas, as follows: (a) Contractor shall have a mechanism to mark/tag each area that is to be inventoried, with markers placed at the beginning and end of each section to be counted. An initial of the person counting the section, should be placed on the marker at the end of the section that has been counted. This prevents duplication of completed sections when more than one person is working within the same section. (b) Items in the Inpatient Pharmacy area shall be counted, including items in unit dose packaging equipment, such as Talyst®,Omnicell®, AutoMed®, including special Nursing Home pharmacies, if any. This includes ATC or OS-PAC unit dose or other such dispensing machines. The Pharmacy department shall provide the contractor with the data from the dispensing machines so the data can be included within the required reports. (c) Items in the Outpatient Pharmacy area shall be counted, including items in automated dispensing machines such as Baker APS machines, ScriptPro, Optifill, etc. The Pharmacy department shall provide the contractor with the data from the dispensing machines so the data can be included within the required reports. (d) Bulk Intravenous solutions SHALL BE counted. The contractor shall be provided the pricing data by the Pharmacy department so the data can be included within the required reports. (e) Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. (f) Unit dose repackaged items SHALL BE counted (these are individual doses or small strip-packages of individual doses). (g) Items in the All Hazards Pharmaceutical Cache SHALL NOT BE counted. (h) Non-McKesson Direct Purchases and Prosthetic items in unopened containers with a cost over $100.00 SHALL BE counted and the pricing data shall be provided by the respective facility. Items in question could be located in either the Inpatient or Outpatient Pharmacy locations only. (i) Controlled substances shall be counted by the VISN 9 Pharmacy personnel only. However, the contractor shall be provided the data by the Pharmacy department so the data can be included within the required reports. (j) Contractor shall provide a sufficient number of inventory specialists to begin working at 8:00 a.m. local time of the scheduled day and complete the inventory of all sections within one business day. (k) Contractor shall provide a database with the correct NDC drug and McKesson item number format which matches the prime vendor s (McKesson) drug database, which in turn links pharmacy drug inventory to the correct VA contract pricing. It is expected that prices in this database shall be current and accurate. (l) Contractor provides a mechanism for whole quantity counts per unit, instead of the tenths required by the VA handbook, on partial bottle for higher costing drugs (e.g, chemotherapy, AIDS drugs), over $5.00 per unit, thus providing a more accurate inventory total. (m) Contractor shall provide a detailed inventory by section (e.g., outpatient, inpatient, etc.), once the section has been completed. A minimum of one detailed printout shall be reviewed by the contractor and a pharmacy staff person for each counter, to insure accuracy of inventory. Any recounts or extra printouts can be requested for review by VA personnel. (n) Close-out, balancing, wrap-up: shall verify that all recounts have been done and all adjustments have been completed. Shall check all inventory locations and verify visually that every area has been counted and inventory tags/markers have been removed. Shall follow up with pharmacy staff prior to departure. (o) The Contractor and the Contractor s personnel shall adhere to all VA Security, Privacy and Health Insurance Portability and Accountability Act (HIPAA) requirements. No later than five (5) work days prior to beginning performance the Contractor shall submit the list of the names of all employees who will perform the inventory at all locations to the Contracting Officer. (p) The Contractor shall be bonded and insured. (q) The contractor SHALL complete the inventory in one day at each medical center unless otherwise coordinated with the VA Medical Center Pharmacy Staff. B) A report for each pharmacy inventoried (total #_) within seven (7) days of the physical inventory. Each report shall contain all items inventoried with the following data: i.e., Item name (name & strength, i.e., Ativan 1mg/1ml), package description (ml, bottle, tab), NDC or UPC/UPN, total quantity, current package price, and total replacement cost per item, and total replacement cost of all items. The report must be provided in a format that is compatible with or easily transferable to Microsoft Excel (Microsoft Office 2003, 2007, or 2010 version). The reports shall be provided on CD and sent as an e-mail attachment to the Chief of Pharmacy Services at each of the VISN 9 Medical Centers. C) Business Associates Agreement (BAA) In accordance with the requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPAA), this contract will require a Business Associate Agreement. The contractor will enter into a Business Associates Agreement (BAA) with the Department of Veterans Affairs, unless a previously executed BAA is on file. The BAA is an instrument that will hold the contractor liable for any release of confidential medical information by any of its employees. A copy of a BAA is provided in the Contract Documents, Exhibits, Or Attachments section. D) The VA facility will be responsible for: Having knowledgeable person(s) available during the inventory to answer questions, assist with data that may be necessary to complete the inventory of non-prime vendor items, to assist with printing the final inventory report on site, and for a general review of the final report. Having current shelf labels current for items ordered from the prime vendor. Providing prime vendor McKesson Mobile Manager© units that have current pricing information for prime-vendor supplied items E) The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. SPECIAL CONTRACT REQUIREMENTS The contractor must be able to determine actual VA replacement cost of the product. Some contractors utilize the McKesson Mobile Manager© to gather this information, others require a list of products costs with NDC's. If the contractor needs cost information the VA facility will supply it in an Excel format. The contractor must use this to determine the replacement cost of the inventory. If the product was purchased direct, 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 lmg/lml), package description (ml, bottle, tab), NDC or UPC/UPN, total quantity, current package price and total replacement cost per item and total replacement cost of all items. The medication contained in pharmacy dispensing and unit dose packaging equipment within the pharmacy in both inpatient and outpatient areas must be counted as part of the inventory. The contractor must complete the inventory in one business day and must be completed on a Saturday and/or Sunday so that it does not impact patient care. The contractor is to provide a quote to include an all-inclusive hourly rate as well as the number of days after the government accepts your offer, onsite services can begin. All inclusive price per facility is required; Implementation Plan to include timelines addressing contract start and completion dates by facility listed above to conform with the requirement to complete all inventories and provide reports by January 28 of each contract year; Selected vendor personnel will be required to be fingerprinted 45 days prior to anticipated start of the actual conduct of the requirement. Successful offeror(s) must be able to provide staffing on site within seven days after the government accepts the offer as well as sign a Business Associate Agreement (HIPPA) failure to do so may result in contract termination and the government reserves the right to make award to next acceptable offeror. The contractor will have to adhere to all VA security and privacy requirements. The Service Contract Act is applicable to this requirement and the Wage Determinations links will be provided. Vendors are expected to download (see attached links below) and apply the current labor rates. Department of Labor Wage Determinations Tennessee Wage Determination 2015-4674 Memphis Wage Determination 2015-4673 Tennessee Wage Determination 2015-4647 Nashville/Murfreesboro Wage Determination 2015-4648 Tennessee Wage Determination 2015-4642 Mountain Home Wage Determination 2015-4641 Kentucky Wage Determination 2015-4684 Lexington Wage Determination 2015-4683 Kentucky Wage Determination 2015-4718 Louisville Wage Determination 2015-4717 Note: All vendors are required to be in conformance with regards to payment of employee s with and have the latest copy of the latest Department of Labor Wage Determination Rates. You can download from the links above. If you have trouble downloading contact the Contract Specialist for assistance. EVALUATION CRITERIA This will be a Comparative Evaluation based on the following two factors and are stated as follows: Past Experience/Performance Price (BASE and OPTION(s)) (Aggregate) Evaluation Criteria: (1) PAST EXPERIENCE (1 copy of documentation required) (a) Past Performance: The offeror must provide no more and no less than the last three references for this type of service and for the comparable quantities listed under this solicitation. The government will consider the offeror s record for on time delivery, technical quality, and cost control. The government will conduct a performance risk assessment based upon the past performance of the offerors and their proposed major subcontractors as it relates to the probability of successfully performing the solicitation requirements. Past performance evaluations will be conducted using information obtained from Contractor Performance System (CPS) or Past Performance Information Retrieval System (PPIRS) and any other sources deemed appropriate. (While the government may elect to consider data obtained from other sources, the burden of providing current and complete past performance information rests with the offeror. The past performance Information obtained will be used for both the responsibility determination and this evaluation factor. Identify Federal, State, and local Government and private contracts that are similar in scope and size. The references must contain the following using the attached form: (i) Contractor s name (ii) Facility s address and telephone number (iii) Contract number, value, award date and completion date (iv) Description of the requirement (v) Any subcontractors must be listed. Specify if no subcontractors will be used. (vi) Contact Person, and Phone number of the past performance reference. (vii) Fax number and e-mail address of past performance reference if applicable. If an offeror or the proposed employees for the offer do not have a past performance history relating to this proposal, the offeror will not be evaluated favorably or unfavorably on this factor. (2) PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services for Base and Option. Pricing should be submitted separately from the above proposal, but at the same time. Lowest price will be the determining factor if all are considered technically qualified. The Government intends to evaluate offers and award a contract WITHOUT DISCUSSIONS with offerors. Therefore, the offeror s initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contract Specialist to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offer In addition to providing the pricing, technical capability and past experience information requested above your quote should include the following: Signed 1449, the signed BAA (Attachment B) or a statement that you have an existing national BAA, proof of liability insurance, Offeror Representations And Certifications (below) and sign and return any amendments to the RFP that may be issued. (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, e-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. Instructions to Offerors for Submission of Proposal Proposals SHALL be submitted in two separate parts as follows: Part 1: Technical answering of requirements contained in the solicitation that will include the required past performance form as requested in the solicitation. Part 2: Pricing (with aggregate for all option years) as requested in the solicitation. OFFEROR PAST PERFORMANCE VERFICATION FORM: Offeror(s) are required to submit sufficient evidence three (3) previous Pharmacies (VA Pharmacies preferred) that has used the inventory service requested in this solicitation to meet the requirements contained in the statement of work. To assist in this determination, contractors are required to furnish the following information: Number of years experience in providing Wall to Wall Pharmacy Inventory services( VA Pharmacies preferred) (McKesson as Prime Vendor): Contractors are required to furnish for evaluation purposes name, address, and telephone number of three (3) Pharmacies VA Pharmacies preferred) for whom services similar in nature to the requirements noted herein have been furnished. Failure to furnish this information may result in your firm determined to be nonresponsive to the requirements of this solicitation as well as reference given and unable to be verified by the VA. Contractors Name: Pharmacy Name: Address: Point of Contact: Telephone/FAX No: (T) (F) (With Area Code) Email Address: Contract Number and Value: Subcontractor used (List by name with contact information; if none state none.): Contractors Name: Pharmacy Name: Address: Point of Contact: Telephone/FAX No: (T) (F) (With Area Code) Email Address: Contract Number and Value: Subcontractor used (List by name with contact information; if none state none.): Contractors Name: Pharmacy Name: Address: Point of Contact: Telephone/FAX No: (T) (F) (With Area Code) Email Address: Contract Number and Value: Subcontractor used (List by name with contact information; if none state none.): DESCRIPTION OF SUPPLIES OR SERVICES AND PRICES/COSTS The Contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision and travel cost, to ensure that the inventory of all facilities is executed and completed within the period of performance specified. BASE PERIOD Period of Performance: January 1, 2021 February 28, 2021 Location Est Line Item # Est Value Unit Unit Price Amount 1. VAMC Memphis 1030 Jefferson Ave. Memphis, TN 38104 CLIN 0001 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 4028 $1,572,553 1 JB $_________ $_________ CLIN 0002 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 3914 $1,100,000 1 JB $_________ $_________ 2. VAMC Mountain Home Veterans Way at Lamont St. Mountain Home, TN 37684 CLIN 0003 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 4000 $1,800,000 1 JB $_________ $_________ 3. VAMC Murfreesboro (TVHS) 3400 Lebanon Pike Murfreesboro, TN 37129 CLIN 0004 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 2500 $800,000 1 JB $_________ $_________ 4. VAMC Nashville (TVHS) 1310 24th Ave., South Nashville, TN 37121 CLIN 0005 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1500 $900,000 1 JB $_________ $_________ CLIN 0006 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2500 $900,000 1 JB $_________ $_________ 5. VAMC Lexington 1101 Veterans Dr. Lexington, KY 40502 CLIN 0007 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 2600 $309,150 1 JB $_________ $_________ CLIN 0008 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2400 $285,881 1 JB $_________ $_________ 6. VAMC Louisville 800 Zorn Ave. Louisville, KY 40206 CLIN 0009 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1764 $754,691 1 JB $_________ $_________ CLIN 0010 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 1985 $1,014,215 1 JB $________ $_________ TOTAL FOR BASE PERIOD JAN-FEB 2021 $_________ OPTION 1 Period of Performance: January 1, 2022 February 28, 2022 Location Est Line Item # Est Value Unit Unit Price Amount 1. VAMC Memphis 1030 Jefferson Ave. Memphis, TN 38104 CLIN 1001 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 4028 $1,572,553 1 JB $_________ $_________ CLIN 1002 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 3914 $1,100,000 1 JB $_________ $_________ 2. VAMC Mountain Home Veterans Way at Lamont St. Mountain Home, TN 37684 CLIN 1003 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 4000 $1,800,000 1 JB $_________ $_________ 3. VAMC Murfreesboro (TVHS) 3400 Lebanon Pike Murfreesboro, TN 37129 CLIN 1004 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 2500 $800,000 1 JB $_________ $_________ 4. VAMC Nashville (TVHS) 1310 24th Ave., South Nashville, TN 37121 CLIN 1005 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1500 $900,000 1 JB $_________ $_________ CLIN 1006 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2500 $900,000 1 JB $_________ $_________ 5. VAMC Lexington 1101 Veterans Dr. Lexington, KY 40502 CLIN 1007 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 2600 $309,150 1 JB $_________ $_________ CLIN 1008 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2400 $285,881 1 JB $_________ $_________ 6. VAMC Louisville 800 Zorn Ave. Louisville, KY 40206 CLIN 1009 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1764 $754,691 1 JB $_________ $_________ CLIN 1010 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 1985 $1,014,215 1 JB $________ $_________ TOTAL FOR OPTION YEAR 1 PERIOD JAN-FEB 2022 $_________ OPTION 2 Period of Performance: January 1, 2023 February 28, 2023 Location Est Line Item # Est Value Unit Unit Price Amount 1. VAMC Memphis 1030 Jefferson Ave. Memphis, TN 38104 CLIN 2001 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 4028 $1,572,553 1 JB $_________ $_________ CLIN 2002 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 3914 $1,100,000 1 JB $_________ $_________ 2. VAMC Mountain Home Veterans Way at Lamont St. Mountain Home, TN 37684 CLIN 2003 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 4000 $1,800,000 1 JB $_________ $_________ 3. VAMC Murfreesboro (TVHS) 3400 Lebanon Pike Murfreesboro, TN 37129 CLIN 2004 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 2500 $800,000 1 JB $_________ $_________ 4. VAMC Nashville (TVHS) 1310 24th Ave., South Nashville, TN 37121 CLIN 2005 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1500 $900,000 1 JB $_________ $_________ CLIN 2006 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2500 $900,000 1 JB $_________ $_________ 5. VAMC Lexington 1101 Veterans Dr. Lexington, KY 40502 CLIN 2007 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 2600 $309,150 1 JB $_________ $_________ CLIN 2008 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2400 $285,881 1 JB $_________ $_________ 6. VAMC Louisville 800 Zorn Ave. Louisville, KY 40206 CLIN 2009 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1764 $754,691 1 JB $_________ $_________ CLIN 2010 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 1985 $1,014,215 1 JB $________ $_________ TOTAL FOR OPTION YEAR 1 PERIOD JAN-FEB 2023 $_________ OPTION 3 Period of Performance: January 1, 2024 February 28, 2024 Location Est Line Item # Est Value Unit Unit Price Amount 1. VAMC Memphis 1030 Jefferson Ave. Memphis, TN 38104 CLIN 3001 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 4028 $1,572,553 1 JB $_________ $_________ CLIN 3002 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 3914 $1,100,000 1 JB $_________ $_________ 2. VAMC Mountain Home Veterans Way at Lamont St. Mountain Home, TN 37684 CLIN 3003 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 4000 $1,800,000 1 JB $_________ $_________ 3. VAMC Murfreesboro (TVHS) 3400 Lebanon Pike Murfreesboro, TN 37129 CLIN 3004 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 2500 $800,000 1 JB $_________ $_________ 4. VAMC Nashville (TVHS) 1310 24th Ave., South Nashville, TN 37121 CLIN 3005 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1500 $900,000 1 JB $_________ $_________ CLIN 3006 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2500 $900,000 1 JB $_________ $_________ 5. VAMC Lexington 1101 Veterans Dr. Lexington, KY 40502 CLIN 3007 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 2600 $309,150 1 JB $_________ $_________ CLIN 3008 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2400 $285,881 1 JB $_________ $_________ 6. VAMC Louisville 800 Zorn Ave. Louisville, KY 40206 CLIN 3009 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1764 $754,691 1 JB $_________ $_________ CLIN 3010 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 1985 $1,014,215 1 JB $________ $_________ TOTAL FOR OPTION YEAR 1 PERIOD JAN-FEB 2024 $_________ OPTION 4 Period of Performance: January 1, 2025 February 28, 2025 Location Est Line Item # Est Value Unit Unit Price Amount 1. VAMC Memphis 1030 Jefferson Ave. Memphis, TN 38104 CLIN 4001 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 4028 1 JB $_________ $_________ CLIN 4002 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 3914 1 JB $_________ $_________ 2. VAMC Mountain Home Veterans Way at Lamont St. Mountain Home, TN 37684 CLIN 4003 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 4000 1 JB $_________ $_________ 3. VAMC Murfreesboro (TVHS) 3400 Lebanon Pike Murfreesboro, TN 37129 CLIN 4004 Provide labor and Supervision to perform Wall to wall inventory of inpatient and outpatient pharmacy 2500 1 JB $_________ $_________ 4. VAMC Nashville (TVHS) 1310 24th Ave., South Nashville, TN 37121 CLIN 4005 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1500 1 JB $_________ $_________ CLIN 4006 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2500 1 JB $_________ $_________ 5. VAMC Lexington 1101 Veterans Dr. Lexington, KY 40502 CLIN 4007 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 2600 $309,150 1 JB $_________ $_________ CLIN 4008 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 2400 $285,881 1 JB $_________ $_________ 6. VAMC Louisville 800 Zorn Ave. Louisville, KY 40206 CLIN 4009 Provide labor and Supervision to perform Wall to wall inventory of inpatient pharmacy 1764 $754,691 1 JB $_________ $_________ CLIN 4010 Provide labor and Supervision to perform Wall to wall inventory of outpatient pharmacy 1985 $1,014,215 1 JB $________ $_________ TOTAL FOR OPTION YEAR 1 PERIOD JAN-FEB 2025 $_________ Places of Performance VA Medical Center Memphis, 1030 Jefferson Ave., Memphis, TN 38104 VA Medical Center Mountain Home, Veterans Way at Lamont St., Mountain Home, TN 37684 VA Medical Center TVHS Murfreesboro Campus, 3400 Lebanon Pike, Murfreesboro, TN 37129 VA Medical Center TVHS Nashville Campus, 1310 24th Ave., South, Nashville, TN 37212 VA Medical Center, Lexington 1101 Veterans Dr., Lexington, KY 40502 Robley Rex VA Medical Center Louisville, 800 Zorn Ave., Louisville, KY 40206 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items MAR 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) A.3 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.215 71, Evaluation Factor Commitments. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers. (End of Clause) A.4 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUN 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requi...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c75d0f4aa5c145e4a3a7f78336fa7c28/view)
- Place of Performance
- Address: VAMC Memphis, VAMC Nashville, VAMC Mountain Home, VAMC Louisville, VAMC Lexington
- Record
- SN05856878-F 20201121/201119230224 (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 |