SOLICITATION NOTICE
Q -- PHARMACIST SERVICES-- CLINTON, OK
- Notice Date
- 2/18/2020 8:33:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-20-Q-0023
- Response Due
- 2/25/2020 2:00:00 PM
- Archive Date
- 03/11/2020
- Point of Contact
- Ronay English, Phone: 4059513701
- E-Mail Address
-
Ronay.English@ihs.gov
(Ronay.English@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The solicitation is issued as Request for Quotes (RFQ) 246-20-Q-0023. This procurement is 100% small business set-aside under NAICS code 621399 with a standard business size of $7.5M. Contractor shall provide a firm, fixed-price all-inclusive hourly rate, for one-year period of service.� . �� Estimated start date is March 1, 2020. The closing date for receipt of quotes is February 21, 2020� Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:00 p.m., on February 21, 2020.� The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address.� Please do not email RFQ�s. Qualified vendors will review the following and submit applicable information. No phone inquiries! All questions due by 2:00 pm on February 21, 2020 . STATEMENT OF WORK: CONTRACT PHARMACIST � DESCRIPTION OF SERVICES Contractor shall provide pharmacist services, clerical support, and inventory management services for the Clinton Service Unit (Clinton, El Reno, and Watonga Indian Health Centers) Pharmacy. The Chief of Pharmacy or designated representative shall conduct the evaluations of the contractor�s performance.� The contractor shall advise the Chief of Pharmacy or designated representative of any problem(s) encountered in connection with meeting the needs of patients served by the pharmacy department. Pharmacist Responsibilities Using the RPMS package and Electronic Health Record, the contractor shall provide all required pharmacist duties and services for the Clinton Indian Health Center to include the following: 1.� �� Processing of daily prescription orders from providers, filling of prescriptions, dispensing of new prescription medications and refills and extensive patient counseling.� Assures patient understanding of medications, potential side effects, drug interactions and expected outcomes, completes all necessary documentation in pharmacy records.� 2.���� Processing, receiving and reconciling daily vendor medication orders, monitoring of the pharmacy window and pharmacy phone calls. 3.���� Perform daily maintenance on pharmacy automation equipment, refilling of drug cassettes, prescription vials and labels. 4.�� Assist in daily pharmacy mail-out program as needed. 5.���� Management of the pharmacy call-in refill line and processing refill call-in prescriptions as indicated.� Inventory management shall include controlled drug perpetual inventories and �return to stock� medications. 6.���� Greets and directs patients, families, and visitors utilizing public relations principles and practices. 7.� Provide oversight of the procurement of pharmaceuticals and supplies. 8.� Contractor shall confer to the Chief Pharmacist and abide to the responsibilities listed in the statement of work. This is a non-personal service fixed price contract. Clerical Support Responsibilities Contractor shall provide clerical support and apply typing proficiency in the use of such equipment as personal computers to type memoranda, correspondence, etc. for the pharmacy department and providers as requested to include the following: 1.���� Prescription authorizations faxed and received as needed. 2.���� Maintain the pharmacy area in a clean and orderly manner, compliant with The Joint Commission (TJC), Safety and Infection Control standards and Environment of Care. 3.���� Assist in department, facility and Service Unit TJC programs as assigned. 4.���� Support and promote the department, facility and IHS� vision and mission objectives. 5.���� Participate in all required HIPAA functions. 6.���� Maintain current Pharmacy licensure; attend required facility and department in-service and training.� Respond correctly to all safety codes (mock or real). 7.���� Assist to maintain pharmacy-waiting area as a safe environment, free of hazards. Inventory Management Support Responsibilities Contractor shall provide oversight of the procurement of pharmaceuticals and supplies. This shall include: ensuring appropriate stock levels and stock is rotated to assure freshness according to Service Unit inventory management strategies; providing oversight of the preparation of purchase orders and request via Prime Vendor and other wholesalers/businesses; ensuring adjudication of order upon receipt to purchase order and invoice and file appropriately; coordinating an annual inventory of pharmacy medications and supplies; ensuring appropriate storage of medications (i.e. refrigeration, temperature and light control) and recording of daily temperatures of medication refrigerators; ensuring replenishment of floor-stock in clinic areas (medical clinic, dental, podiatry, etc.) on monthly basis and upon request; ensuring monitoring for expired medications on monthly basis and coordination of return through Reverse Distributor; ensuring appropriate labeling of medications on storage shelves; ensuring proper pharmaceutical procurement is maintained and orders limitations are followed. Schedule of Work The contractor shall provide pharmacy services with such hours being determined by the Chief Pharmacist or designee, Monday-Friday 8:00 am-5:00 pm. The Chief Pharmacist may alter the day schedule, as work requires with the mutual agreement of the contractor. The contractor shall notify the Chief Pharmacist as soon as possible if unable to work during the scheduled hours. No Sundays or Federal Holidays are worked. Period of Performance Approximately one year. Orientation Orientation with the Clinton Service Unit shall be provided on the first day of duty.� � Reporting Requirements The contractor shall report to the Pharmacy Supervisor upon arrival and report to the Pharmacy Supervisor before leaving duty station. Government Property/Specialty Staff/Support Staff The Government will provide the facilities, supplies and the equipment of the Clinton Service Unit, (El Reno, Clinton & Watonga Indian Health Centers and support staff).� The contractor shall be permitted, after completing �Drivers Overview and Fleetcard use� training, to utilize government vehicles (GOV) as necessary for travel within the service unit if required.� � Oversight Controls The contractor shall work under the oversight of the Pharmacy Supervisor who defines the objectives, priorities, deadlines, and informs the contractor about changing priorities, unusual deadlines and objectives. Qualifications Contractor shall possess current, unrestricted Oklahoma pharmacy license and document annual continuing pharmacy education required for licensure. Shall provide liability insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. Shall be registered in System Award Management (SAM) database. Provide a resume Provide documentation of two references. � CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license as a pharmacist (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive hourly rate, for one year of service (5) Two relevant past performance references to include the contact name phone number, contract number, company name, brief description of project The provisions of 52.212-2, Evaluation � Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. Quotes will be evaluated on a 1-5 scale as follows: 1) Unacceptable, 2) Marginal, 3) Acceptable 4) Good and 5) Outstanding. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items (Jan 2020) applies to this acquisition. The following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Jul 2013). EVALUATION CRITERIA � Technical as well as price will be a deciding factor for award of a purchase order.� The due date for this requirement is February 21, 2020 4:00 PM CT.� THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: � A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/.� Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive hourly rate for services. C) Current license as a Pharmacist (any U.S. state or territory). D) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. E) Documentation of two past references. EVALUATION RATING INFORMATION Rating: Five: Outstanding-Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. Four: Good-Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Rick of unsuccessful performance is low.� Three: Acceptable- Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Two: Marginal- Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is awardable. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resources Department. This process may take up to two weeks **
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3042fcd35b7d4f64b987c4f3d38fed1d/view)
- Place of Performance
- Address: Clinton, OK 73601, USA
- Zip Code: 73601
- Country: USA
- Zip Code: 73601
- Record
- SN05564066-F 20200220/200218230135 (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 |