SOURCES SOUGHT
R -- 659-21-1-067-0049/ INVENTORY FY21
- Notice Date
- 12/2/2020 10:42:29 AM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24621Q0133
- Response Due
- 12/4/2020 10:00:00 AM
- Archive Date
- 03/13/2021
- Point of Contact
- Amarlia A VanBuren, Amarlia Van Buren, Phone: 757-728-3144
- E-Mail Address
-
Amarlia.Vanburen@va.gov
(Amarlia.Vanburen@va.gov)
- Awardee
- null
- Description
- Page 14 of 6 Sources Sought Synopsis The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN), Network Contracting Office (NCO) 06, is issuing a sources-sought notice as a means of conducting market research to identify parties having the experience, interest and resources to provide Pharmacy Wall to Wall Inventory Service at ten (10) locations tenant to VISN-6 Health Care Network. The results of this market research will help in determining the type of set-aside (if any). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561990, All Other Support Services with a $11 million small business size standard. Interested parties must be registered in the System for Award Management (SAM). Interested Service Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be listed as verified on the Vendor Information Pages (VIP) database located at https://www.vip.vetbiz.va.gov/ in order to receive contract awards under the Veterans First Contracting Program. There is no solicitation at this time. This sources-sought notice is for information and planning purposes only. This inquiry for capability information does not constitute a request for quote. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become VA s property and will not be returned. Services to be provided but not limited to: The Contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision and travel cost necessary in order to provide Wall to Wall Pharmacy Inventory Services for the identified facilities in section 2.0. 2.0 FACILITIES: POP: 01/01/2021 to 02/28/2021 VAMC Asheville 1100 Tunnel Rd Asheville, NC 28805 VAMC Richmond 1201 Broad Rock Rd. Richmond, VA 23249 VAMC Salem 1970 Roanoke Blvd Salem, VA 24153 VAMC Durham 508 Fulton St. Durham, NC 27705 VAMC Salisbury 1601 Brenner Ave. Salisbury, NC 28144 VAMC Fayetteville 2300 Ramsey St. Fayetteville, NC 28301 VAMC Hampton 100 Emancipation Dr. Hampton, VA 23667 Charlotte HCC 3506 W. Tyvola Rd. Charlotte, NC 28208 Kernersville HCC 1695 Kernersville Medical Pkwy Kernersville, NC 27284 Wilmington HCC 1705 Gardner Rd. Wilmington, NC 28405 Greenville CBOC 401 Moye Blvd. Greenville, NC 27834 Fayetteville HCC 7300 S Raeford Rd. Fayetteville, NC 28304 3.0. COORDINATION: The contractor point of contact, the VA Contracting Officer s Representative (COR) and the Pharmacy Point of Contact (POC) shall be identified at time of award. The contractor will coordinate the inventory time and date with the VA pharmacy Point of Contact (POC) and will submit a schedule to the COR for approval. The designated POC at each facility is subject to change. The contractor will be notified of the name of the replacement POC. A full background check is not required for this position; however, all contract employees must bring photo identification and comply with check-in procedures at each facility. A picture ID/name badge shall be worn while present on VA grounds. Before starting the inventory, each VA pharmacy POC and the contractor appointed supervisor will walk throughout the pharmacy, where it is broken down into physical locations that are agreed upon by both the VA pharmacy manager/director and appointed contractor inventory crew supervisor. The VA pharmacy POC must indicate all the items that should be and should NOT be inventoried, such as in-house supplies. The contractor inventory crew supervisor and the crew member shall walk through each section together prior to and upon completion of the inventory to make sure there is nothing in question. GENERAL REQUIREMENTS: The contractor will be provided the prime vendors (McKesson, Inc.) pricing data by the respective facility so the data can be included within the required reports. The contractor crew members shall collect the name of the medication, strength, size, form, manufacturer, and quantity. Items shall be given an actual piece count; except partial bottles and repackaged meds, which are given an appropriate fraction. Any items that are expired, obsolete, or not useable are not included in the count, unless otherwise specified by the VA pharmacy manager/director. Any incidental breach of patient privacy or information security, the contractor will need to report with an hour to his/her Supervisor, VA Privacy Officer or VA Information Security Officer. ITEMS TO BE COUNTED Items in the Inpatient Pharmacies automated machines. Items in the Outpatient Pharmacies Baker APS machines (Baker cells Optifill, Scriptpro, Autoscript II, etc., robot canisters Bulk Intravenous solutions. Prosthetic items in unopened containers with a cost over $100.00. Items in question are located at the Outpatient locations only. Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. Direct buy supplies that are given directly to the patient (catheters, diapers, syringes, etc) Unit dose PRE-PACKED items (these are individual doses or small strip-packages of individual doses). 4.5.1 Direct buy products (drug and supplies) are only counted if the value of the drug on the shelf is greater than $100 (so one bottle of drug that costs $50 from specialty company is not counted), ITEMS NOT COUNTED Items in the Emergency Pharmaceutical Cache. Supplies used in the pharmacy (bottles, labels, syringes used to make IV bags, etc) Drugs and supplies that have been placed in automated equipment on the units, wards, CBOCs (e.g. in an Omnicell). CBOC inventories are only counted if the pharmacy there is one with a separate McKesson account number and with a pharmacist manning it with deliveries directly to that site. Ward stock Controlled substances will be counted by the Pharmacy personnel only. However, the contractor will be provided the data by the Pharmacy department so the data can be included within the required reports. REPORTING A report for each pharmacy inventoried shall be completed no later than seven calendar days after the inventory is completed. Each report shall contain all items inventoried with the following data: 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 2007 or 2010 version). The reports shall be on CD or sent as an e-mail attachment to the COR Estimated Inventory: Asheville 2.54M Charlotte 2.11M Durham 6.34M Fayetteville 1.28M Fayetteville HCC 0.35M Greenville 0.37M Hampton 2.10M Kernersville 1.25M Richmond 2.57M Salem 1.45M Salisbury 2.57M Wilmington 0.90M If your organization can perform these services, provide the following information to be considered: 1) Organization name, address, email address, website address, telephone number, size/type of ownership for your organization, and socio-economic categories. 2) A brief capability and interest in providing services to VISNs listed in the description above with enough information to determine if your company can meet the requirement (Max 2 pages). The capabilities statement for this Sources Sought is not expected to be a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined. 3) Indicate if significant subcontracting or teaming is anticipated to meet technical capability. 4) State whether you already operate in this area, plan to subcontract, or intend on purchasing new equipment to meet the governments need. 5) State how you plan on meeting the requirements found at Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-74 Limitations on Subcontracting-Monitoring and Compliance, if this action were to be set-aside under a small business socio-economic category for which you qualify. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Vendor participation in this response or any informational session is not a promise of future business with the VA. The Government is not obligated, nor shall it pay for any information received from potential sources as a result of this sources-sought notice. All interested parties must submit information directly to amarlia.vanburen@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6f411ca2ae1d470f872c3bcf00b84d4e/view)
- Place of Performance
- Address: See Attachment, USA
- Country: USA
- Country: USA
- Record
- SN05865128-F 20201204/201202230141 (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 |