SOURCES SOUGHT
Q -- Q--Medication Pickup Service, LT, 621
- Notice Date
- 11/15/2019 4:29:16 PM
- Notice Type
- Sources Sought
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0038
- Response Due
- 12/2/2019 11:59:59 PM
- Archive Date
- 03/10/2020
- Point of Contact
- Michael EdwardsContract Specialist615-225-5506
- E-Mail Address
-
michael.edwards2@va.gov
(michael.edwards2@va.gov)
- Awardee
- null
- Description
- Page 4 of 9This is a Request for Information Only; it is not a request for quotations or offers. Network-9 Contracting Office on the behalf of the James H. Quillen VA Medical Center, Corner of Lamont & Veterans Way, Mountain Home, Tennessee, has developed this Request for Information (RFI)/Sources Sought Notice to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. This RFI is to determine the availability of Small Business (preferably Service-Disabled and/or Veteran-Owned Owned) entities within the Mountain Home area.THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that Network-9 Contracting Office (NCO-9) will contract for the items contained in the RFI / Sources Sought Notice. This RFI/Sources Sought Notice is part of a Government market research effort to determine the scope of industry capabilities and interest, in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e), response to this RFI / Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI / Sources Sought Notice are strictly voluntary and are consider as information only. The Government will not pay respondents for information provided in response to this RFI / Sources Sought Notice. Responses to this RFI / Sources Sought Notice will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI / Sources Sought Notice do not restrict the Government s acquisition on a future solicitation. Network-9 Contracting Office (NCO-9) and Mountain Home VA Medical Center are conducting market research for a Pharmaceuticals ret Services for the Department of Veterans Affairs (VA) at the Mountain Home VA Medical Center, Corner of Lamont & Veterans Way, Mountain Home, TN. 37684. Please review the draft Statement of Work (SOW) provided below before responding to the market research questions as the Government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. When addressing these items, respondents should consider the size and scope of the requirement described herein. STATEMENT OF WORK: This is a summary of the Statement of Work.This is for Department of Veterans, Mountain Home VAMC estimated pharmaceutical returns for 01/01/20120 12/31/2019. The Government's need for on-site and off-site processing function is imperative to assure optimum inventory control and to minimize the violation of laws and regulations, especially in the area of pharmaceutical waste disposal. The contractor shall be compliant with all applicable regulations related to hazardous waste handling. It is the intent that an efficient returns processing method where expired pharmaceuticals shipped to a centralized reverse distributor will reduce total costs in the health care system Returns to be processed will cover expired pharmaceuticals and pharmaceuticals due to be expire within 120 days from authorized agencies approved to participate in the VA s Pharmaceutical Prime Vendor (PPV) program. Contractor shall only accept OTCs and pharmaceutical products including unit dose and partial bottles any other products will be returned to the facility by the Contractor at the expense of the facility.The Contractor shall be required to provide all plant, equipment, materials, and labor needed to process credit return and/or arrange for proper disposal of designated pharmaceuticals, including Schedule II-V controlled substances for the Customs Territory of the United States. Schedule II-V returns are not permitted from outside the Customs Territory of the United States. Contractor shall be responsible for complying with all applicable federal regulations such as the Code of Federal Regulation (CFR) Title 21 Food & Drugs, Title 29 Hazardous Materials, Title 40 Protection of the Environment, Title 49 Department of Transportation; U.S. Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Food and Drug Administration (FDA), Drug Enforcement Administration (DEA), 41 U.S.C. chapter 67, Service Contract Labor Standards and VA regulations. The Contractor shall also comply with applicable state/local regulations and consult with regional offices of the federal regulatory agencies that have jurisdiction over their operations to ensure compliance with laws and regulations of host countries. Accordingly, the Contractor shall arrange for, recommend, and/or advise the returning drug distribution point of the proper means of transporting the returned products to the Contractor's central processing facility. The Contractor and any respective subcontractors shall maintain all necessary licenses, permits and certifications required by the Resource Conservation and Recovery Act, Clean Air Act, Clean Water Act, Occupational Safety and Health Administration, and all licenses and permits required by local agencies for reverse distribution operations. All vehicles shall have proper State and Federal Department of Transportation (DOT) licenses required for the transportation of hazardous wastes for each jurisdiction in which they will be operating under this contract.MARKET SURVEY:1.Please provide a capability statement that includes, as a minimum, the following information:a.Company Name: b. Company Address:c. Point of Contract Information:i.Name:ii. Title:iii.Phone Number:iv.Facsimile Number:v.E-mail Address:d.System for Award Management (SAM) Expiration Date:e. DUNS Number:f. CAGE Number:g. Business Size(*)(Note: (*) as it relates to NAICS Code:h.socioeconomic Category:Small BusinessSDVOSBVOSBSmall Disadvantage Business8(a)HUB ZoneWomen Owned Small Business2.The number of pick-ups your firm can offer/provide:3.The distance your firm is from the Mountain Home VA Medical Center Medical Center: 4.Comments on the (Draft) Statement of Work (SOW) provided below:5. Comments on current market conditions and obstacles in providing these services to the Government:If interested, please provide a capability statement. Also, provide e-mail responses to this Request for Information (RFI)/Sources Sought Notice no later than Monday, December 2, 2019. The response time cannot be extended beyond the suspense date provided.THIS IS A REQUEST FOR INFORMATION/SOURCE SOUGHT NOTICE ONLY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1a5f3fec58154dc0a03933aa120519b9/view)
- Record
- SN05496900-F 20191117/191118090833 (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 |