DOCUMENT
65 -- SOURCES SOUGHT - DIRECT TO PATIENT - Attachment
- Notice Date
- 9/4/2014
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;2962 S LONGHORN DRIVE;LANCASTER, TEXAS 75134
- ZIP Code
- 75134
- Solicitation Number
- VA25514Q0222
- Response Due
- 9/22/2014
- Archive Date
- 10/22/2014
- Point of Contact
- evelyn.halliburton-shannon@va.gov
- E-Mail Address
-
Contracting Officer
(evelyn.halliburton-shannon@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This announcement serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation or proposal. Interested vendors should contact the contracting officer, via email Evelyn.Halliburton-shannon@va.gov); phone calls will not be accepted. The Department of Veterans Affairs Consolidated Mail Outpatient Pharmacy (CMOP) is looking to contract for direct-to-patient services which will provide items (nutritional items such as Boost, Glucerna, Ensure and medical/surgical items such as diapers, catheters, bandages, needles) found on Federal Supply Schedules (FSS), i.e. VA National Contracts, Blanket Purchase Agreements, Basic Ordering Agreements, GSA and local VA contracts to approximately 10 million veterans. This service will exclude any open market products. Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status. The NAICS code is 339112 and the size standard is 500 employees. Note: If you are capable of providing this service and use a different NAICS code, please provide in your capability statement. C. Capability of providing qualified and experienced personnel (i.e., administrative staff, IT staff, shipper packers, pharmacy technicians). D. If you have past performance as a prime contractor or subcontractor on a service contract for similar requirements please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability to sustain and support a five-year multiyear contract? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. G. Volume of shipments - ability to provide shipment of an estimated 2M packages per year. H. Warehousing capabilities to provide for an estimated 800-1000 or more individual products that include medical surgical and nutritional supplements. I. One critical element the government will address during this exploratory phase is to attempt to determine contractor capabilities with regard to redundant facilities. The redundant facilities must be some distance apart to have the least probability of being affected by the same natural disaster as the on-site facility. J. Ability to be fully functional within 120 calendar days of award. K. Must have Health Level- 7 (HL7) interface capabilities. L. When shipping to patients on behalf of CMOP beyond the state in which the contractor is physically located, the incumbent must meet all regulatory requirements applicable to such activity. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. The VA National Consolidated Mail Outpatient Pharmacy (CMOP) program is intending to replace its current direct-to-patient distribution contract. The basic operation of the current contract is synopsized as follows: - The Contractor shall provide med/surg supplies and enteral nutrition and related consumables for direct delivery to patients located within the fifty United States, Washington DC, and Puerto Rico. - Contractor is expected to maintain sufficient inventory at all times to meet CMOP requirements. - Automated transmissions, to the contractor, of prescriptions from CMOP PROGRAM. - Contractor maintains sufficient on-hand stock for real-time fulfillment of prescriptions within a minimum time period. Ninety-seven percent (97%) of line items dispatched within one business day of CMOP transmission date. - Contractor is capable of shipping more than approximately 7,000 line items per business day. If contractor feels they can accommodate this requirement past performance of this magnitude should be provided. - Contractor timely invoices each CMOP for prescription fulfillment. In general, the prescribed products being delivered direct to the patient consist of approximately 1,000 different types of medical / surgical (MED/SURG) items (e.g.: syringes, adult diapers, dressing kits, etc.) and some over-the-counter (OTC) products (e.g.: dietary supplements, etc.). The prescriptions being delivered will be shipped direct to veteran patients who are located in any part of the United States or its territories, and will vary in product size. A determination will be made once all information is reviewed for the type of Small Business set-aside concern. However; if the government receives inadequate responses from Small Business concerns, the government will use all information obtained from this sources sought request to determine what type, if any, set-aside to utilize. To be eligible for award, the contractor must be registered in the System for Award Management (SAM) website, https://www.sam.gov/portal/SAM. Please respond no later than close of business September 22, 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25514Q0222/listing.html)
- Document(s)
- Attachment
- File Name: VA255-14-Q-0222 VA255-14-Q-0222 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613916&FileName=VA255-14-Q-0222-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613916&FileName=VA255-14-Q-0222-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-14-Q-0222 VA255-14-Q-0222 SOURCES SOUGHT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1613916&FileName=VA255-14-Q-0222-001.docx)
- Record
- SN03496220-W 20140906/140904235856-e6a9fd0502f71d738c20b1cb43578b95 (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 |