Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
DOCUMENT

Q -- CBOC Anderson - Attachment

Notice Date
8/13/2014
 
Notice Type
Attachment
 
NAICS
446110 — Pharmacies and Drug Stores
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
VA24714R1418
 
Response Due
8/18/2014
 
Archive Date
9/17/2014
 
Point of Contact
Nora Louise Costa
 
E-Mail Address
Contract Specialist
(nora.costa@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The WJB Dorn Veteran Affairs Medical Center, Columbia, SC, is seeking qualified personnel who can provide Pharmaceutical Services to the Anderson Community Based Outpatient Center (CBOC) of Columbia VAMC for a period of one (1) base year. This requirement will be set aside for a small business, if possible. The set aside status will be determined based upon the Sources Sought responses. Interested vendors may use the email address nora.costa@va.gov. This Request for Information will be open for five (5) days only. NAICS Code 446110 with PSC Code Q517. Interested vendors must submit capability statement, business size no later than 18 Aug 2014. -4:00 pm EST. PERFORMANCE WORK STATEMENT: 1.GENERAL 1.1. DESCRIPTION OF WORK. 1.1.1The contractor shall provide pharmacy services, specifically filling an estimated 3168 prescriptions on an annual basis, to be located within a ten (10) mile radius or adjacent to the premises of the Anderson Department of Veterans Affairs Community-Based Outpatient Clinic at 1702 E. Greenville Street, Anderson, SC 1.1.2This requirement is for non-personal services, contract personnel performing under this contract shall perform services under the control and general supervision of the Chief, Community-Based Care Service and/or the Contracting Officer Representative. 1.1.3Performance Measures. 1.1.3.1. Outcome. The contractor will provide qualified personnel who will fulfill the requirement to provide Pharmacy services at a standard enabling Dorn VAMC to provide such services at a high level of quality. 1.1.3.2 Standards. Services shall include the dispensing of pharmaceuticals as prescribed by clinic staff. Primarily, new prescriptions will be filled. In rare instances, where refills may be necessary, the Pharmacy filling the prescription will be provided a pre-authorization by the Clinic Manager. Unless otherwise pre-authorized, prescription fills will be limited to a maximum of a ten day supply. Prescriptions filled under this contract will be, to the extent permitted by law, the least expensive drug product the pharmacy has in stock. Generic drugs will be dispensed whenever possible. A product is not considered a generic equivalent unless the strength, quantity and dosage are the same as the brand name. The generic name must be displayed on all labels for all medication. The authorized pharmacy will provide the date of filling, quantity provided (if other than the prescribed quantity), prescription number and name or initials of the responsible pharmacist. The contractor shall be paid only for those prescriptions that are approved by the VA Clinic. A point of contact (POC) for this contract will be designated within 5 days of the contract award, and the Contracting Officer notified of the POC in writing. The name and address of the local servicing pharmacy will be provided to the Contracting Officer within 10 days of contract award. 1.1.3.3. How Measured. Representatives of the VA are authorized to visit the premises of any pharmacy filling VA prescriptions under the contractor's plan during business hours for the purpose of auditing and evaluation, which may include the inspection of clinical records. The VA will randomly audit all billings. 1.1.3.4. Period of Performance: One base year (Twelve Months) Base Year:Twelve Months Adverse drug events: All adverse drug events reported to the contractor's pharmacies by beneficiaries of the VA will be reported to the William Jennings Bryan Dorn Veterans Affairs Medical Center's (WJB Dorn VAMC) Pharmacy Service. Adverse drug events include dispensing errors, drug allergies, and adverse drug reactions. Pharmaceutical care provided to beneficiaries under this contract shall meet all standards applicable to Medicaid recipients in the State where the services are provided and standards set forth in the current JCAHO accreditation manual for Ambulatory Care/Pharmaceutical Services. Quality of Service: Contractor will provide a high level of quality service to both patients and providers. Communication with providers should be open and immediate in order to resolve professional issues. Patient satisfaction is paramount - procedural issues should be immediately resolved with the designated Contracting Officer's Representative (COR). Reports: An electronic Excel document and/or hard copy shall be delivered to the COR and Contracting Officer on a semi-annual basis, providing the following information: Month/Year*Total Charge*Generic Paid Claims*Brand Paid Claims*Multi Paid Claims*No. of Scripts $$$$ $$$$ $$$$ $$$$ $$$$ $$$$ Total to Date$$$$ *Total Charge - the dollar amount invoiced to the VA for that month/year *Generic Paid Claims - the dollar amount invoiced for Generic prescriptions *Brand Name Paid Claims - the dollar amount invoiced for Brand Name prescriptions *Multi Paid Claims - the dollar amount invoiced for Multi (Brand/Generic) prescriptions *No. of Scripts - the number of prescriptions serviced by the Vendor 1.1.3.3. How Measured. Representatives of the VA are authorized to visit the premises of any pharmacy filling VA prescriptions under the contractor's plan during business hours for the purpose of auditing and evaluation, which may include the inspection of clinical records. The VA will randomly audit all billings. 1.2. QUALIFICATIONS. 1.2.1.Contractor's personnel assigned to perform the services covered by this contract shall be licensed in the State, Territory, or Commonwealth of the United States or the District of Columbia and all licenses held by the personnel working on this contract shall be full and unrestricted licenses. If the Contractor uses other companies to perform the services required by this contract, then the Contractor must assure those other companies' personnel assigned to perform the services covered by this contract are licensed in the State, Territory, or Commonwealth of the United States or the District of Columbia and all licenses held by the personnel working on this contract are full and unrestricted licenses. 1.2.2.Business Associate Agreement - A Business Associate Agreement must be returned to the Contracting Officer (Attachment 2) within 7 days of award notification. 1.3. CONTRACTOR FURNISHED PROPERTY AND PERSONNEL SERVICES 1.3.1. The contractor will be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility the Contractor will provide the following for these personnel: workers compensation, professional liability insurance, health examinations, income tax withholdings, and social security payments. 1.3.2. The parties agree that the Contractor, its employees, agents and subcontractors will not be considered VA employees for any purpose and will be considered employees of the Contractor. The responsibility for any leave, including any sick leave, professional development or vacation time, is the responsibility of the contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). 1.4. Monitoring 1.4.1. Contracting Officer's Representative (COR) will designate appropriate VAMC personnel to monitor Contractor employee(s) work hours/services through one or a combination of the following mechanisms: The COR will be responsible for verifying contract compliance. Any incidents of Contractor non-compliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. a.Documentation of services performed shall be reviewed prior to certifying payment. The COR will perform periodic spot checks and document with the using service to ensure reports monitoring. VAMC will pay only for services actually performed and in strict accordance with the schedule of price/costs. Contract monitoring and record keeping procedures shall be sufficient to ensure proper payment and allow audit verification that services were provided. 1.5. Contractor Furnished Property 1.5.1 Contractor Furnished Items and Services. The Contractor shall furnish all necessary items and services required to perform this contract in accordance with the terms of this PWS and the contract except for those items or services specifically stated to be Government furnished. 1.6. Payment 1.6.1 Payment will be made monthly in arrears for services rendered after receipt of a proper invoice. Invoices must be submitted within 30 days of service, to include total charges for the period and the contract number. Invoices will be accompanied by supporting documents to include: Patient's Name Patients Social Security Number (last four is acceptable) Prescription number Provider name Name of medication NDC number of the dispensed drug Contractor's charge Date prescription filled Invoices should be sent to: Business Office VA Outpatient Clinic 3510 Augusta Rd Greenville SC 29605 By FedEx, or transmitted electronically, encrypted, to the designated COR. FedEx or electronic encryption is required due to the sensitive personal information contained in the supporting documents. 1.6.2. The WJB Dorn VAMC will only pay for services actually performed and in strict accordance with the Schedule of price/costs shown in the contract. 1.6.3. Invoices rendered by the Contractor to the VAMC for services furnished VAMC patient or beneficiary shall be billed under the terms of this contract. Neither the beneficiary, his insurer nor any third party shall be billed. 1.6.4. VA beneficiaries shall not under any circumstances be charged nor their insurance companies charged for services rendered by the contractor even if VA does not pay for those services. This provision shall survive the termination or ending of the contract 2. Data Security Information Gathered or Created in Performance of Services 2.1. Information, including, but not limited to, veteran individually-identifiable information (ii) and personal healthcare information (PHI), gathered or created by the Contractor in the performance of this contract is the exclusive property of VA and must be received, gathered, stored, backed up, maintained, used, disclosed and disposed of in accordance with the terms of this contract and applicable federal and VA information confidentiality and security laws, regulations and policies, including VA Directive and Handbook number 6500. 2.2. The Contractor shall provide access to VA information only to employees, subcontractors, and affiliates only: (1) to the extent necessary to perform the services specified in this contract, (2) to perform necessary maintenance functions for electronic storage or transmission media necessary for performance of this contract, and (3) only to individuals who first satisfy the same conditions, requirements and restrictions that comparable VA employees must meet in order to have access to the same VA information. These restrictions include the same level of background investigations, where applicable. 2.3. ALL VAIII AND PHI INFORMATION STORED ON BOTH VA AND NON-VA EQUIPMENT MUST BE ENCRYPTED I ACCODRANCE WITH THE FEDERAL INFORMATION SECURITY MANAGEMENT ACT (FISMA). Federal standards established by U.S. Department of Commerce apply, including Federal Information Processing Standard 200 (FIPS200), and National Institute of Standards and Technology Special Publication 800-37, Guide for the Security Certification and Accreditation. Contractors and subcontractors shall document compliance and make the document available upon request of the Contracting Officer or COR. Contractor and subcontractors shall allow physical inspection by VA personnel to assess its physical and environmental security controls. 2.4. Contractor and its subcontractors must ensure that VAIII and PHI is secure at all times and will ensure proper security is used on contractor or subcontractor computers with VA III or PHI information is stored. To avoid risk of loss or theft, VA III and PHI shall NOT be transferred by contractor or its subcontractors to paper, diskettes, CDs, DVDs, USB flash drives, external computer drives, computer notebooks, home computers or any other medium, and shall NOT be removed from the contractor for subcontractor site under any circumstances without specific written authorization of the VA Information Security Officer. The authorized VA III or PHI recipient shall back up files to protect their loss. Back-ups shall be locked and secured. VA III and PHI shall NOT be transferred between contractor or subcontractor computer unless permission is granted by VA for such transfer of data and secure encrypted transmission methods approved by the VA Information Security Officer are utilized. Contractor employees shall be required to sign VA National Rules of Behavior before they can be authorized access to VA information systems. 2.5. The Contractor shall immediately (on the date of discovery of the incident) report any incident of theft, loss or comprise of VA sensitive information to the Contracting Officer, the Contracting Officer's Representative and any other VA Official designated by the Contracting Officer. This report shall be in writing and contain the fullest explanation possible and all the details of the incident available to the contractor. VA must receive notice from the contractor on the date contractor discovers incident. 2.6. HIPPA Compliance. The Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). 2.7. Security Considerations: A security clearance will not be required for this acquisition. 3. Access Automated Data Processing files: In performance of official duties the Contractor's employee(s) have regular access to printed and electronic files containing sensitive data, which must be protected under the provisions of the Privacy Act of 1974 (5 USC 552a), and other applicable laws, Federal Regulations, Veterans Affairs statutes and policies. The Contractor's employee(s) are responsible for (1) protecting that data from unauthorized release or from loss, alteration, or unauthorized deletion and (2) following all applicable regulations and instructions regarding access to computerized files, release of access codes, etc., as set out in a computer access agreement which the Contractor's employee(s) sign. 4. Contract Administration Data: 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. 5. Designation of Contracting Officer's Representative: A VA Medical Center representative of the Contracting Officer shall be designated to represent the Contracting Officer in furnishing technical guidance and advice regarding the work being performed under this task order. The foregoing is to be construed as authorization to interpret or furnish advice or information to the Contractor relative to the financial or legal aspects of the task order. Enforcement of these segments is vested and is the sole responsibility of the WJB Dorn VAMC Contracting Officer. 6. KEY PERSONNEL AND TEMPORARY EMERGENCY SUBSTITUTIONS: 6.1. The Contractor shall assign to this task order key personnel that will perform under this contract. Pharmacy Name/LocationAvailable Start Date Approved Medication List: Emergency Prescriptions (From Local Pharmacy Contractor) Oral Antibiotics: Erythromycin Azithromycin Cephalexin Doxycycline Tetracycline Amoxicillin Augmentin Generic Septra DS Pen VK Opthalmics: Limit to one 5ml bottle Pred Forte Pred G Polysporin Pain Medication: Narcotics: Limited to short-acting medications for acute pain Maximum 5 day supply only NSAIDS: Tramadol - 5 day supply only Limited to Formulary medications for acute pain No OTC products Maximum 5 day supply only Hypertensive Medications: Clonidine Atenolol Lisinopril Amlodipine Metoprolol Tartrate HCTZ Insulin: Formulary only Limit to only one 10ml vial KCL 10meq only Albuterol Inhaler: Limit 1 Cortisporin Otic Flagyl Acyclovir Flexeril Warfarin (Golden State generic is preferable) Hydroxyzine Caps/Tabs Furosemide Tabs Methylprednisone Tabs Nitroglycerin Tabs (sublingual) Prednisone Tabs Promethazine: Tablets or Suppository Kayexalate Colchicine Psych Medications: Citalopram Mirtazapine Sertraline Depakote Lithium Aripiprazole (Use ½ tablet for dosing when applicable) Clonazepam Cogentin Fluphenazine Haldoperidol Risperidone Quetiapine Ziprasidone Trazodone Venlasaxine *Approval is required prior to ordering any medication or quantity outside of this list. Medications are to be ordered for urgent/acute needs only. All medications ordered locally must be Formulary. Updated and reviewed 01/09/2014. The contractor will be evaluated in accordance with the following: 1.PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be object tive, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor through contract modification. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2.GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a.Contracting Officer (CO) - The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned CO: Organization or Agency: b.Contracting Officer's Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COR shall keep a quality assurance file. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned COR: Mary Rich McBride Organization or Agency: WJB Dorn VA Medical Center, Anderson Community-Based Outpatient Clinic 3.CONTRACTOR REPRESENTATIVES The following employee(s) of the contractor serve as the contractor's program manager(s) for this contract. Primary: Alternate: __________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24714R1418/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-R-1418 VA247-14-R-1418_SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1572069&FileName=VA247-14-R-1418-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1572069&FileName=VA247-14-R-1418-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 6439 Garners Ferry Road;Columbia, SC
Zip Code: 29209
 
Record
SN03463122-W 20140815/140813235349-c4e90de03f4b0a5462419aa454afd54f (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.