Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2020 SAM #6937
SOURCES SOUGHT

R -- Wall to Wall Pharmacy Inventory at locations listed below

Notice Date
11/24/2020 11:08:52 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24121Q0103
 
Response Due
12/1/2020 1:30:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Cory Dionne, Contracting Officer, Phone: 860-666-6951 X 8341
 
E-Mail Address
cory.dionne@va.gov
(cory.dionne@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 THIS IS NOT A REQUEST FOR QUOTE. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as quotes, nor will any award be made as a result of this Request for Information (RFI). Any information provided by businesses to the Government is strictly voluntary. The Government will NOT be responsible for any costs incurred by interested businesses responding to this RFI. The purpose of this notice is to conduct market research only. DESCRIPTION OF REQUIREMENT The contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision, and travel costs to provide for a complete 100% physical inventory of pharmaceutical medications at the locations detailed below. VA Pharmacy Wall-To-Wall Inventories must be accomplished by February 28th of each fiscal year. They may be conducted during the two-month period from January 1st February 28th. The Contractor must be able to utilize VA prime vendor files (McKesson) for cost data. The Contractor shall incorporate these files into computer program in order to input the VA s pharmacy inventory information into the contractor machinery and the inventory service reports. The resulting Blanket Purchase Agreement will cover a minimum of eleven (11) months from start date and 4 one-year Option Periods possible. Contractor Responsibilities: The inventory shall include all products purchased from the prime vendor McKesson and items purchased from other vendors. The inventory is further limited to the medications and supplies that are dispensed to the patients. Items such as equipment and prescription labels and vials are excluded. The inventory is limited to areas that are under the direct control of pharmacy. If products are open the quantity should be estimated to the nearest 10th of a bottle. The contractor must be able to determine actual replacement cost of the product. Some contractors utilize the McKesson Telxon to gather this information, others require a list of products cost s with NDC s. If the contractor needs cost information the VA facility will supply it in Excel format. The contractor must use this to determine the replacement cost of the inventory. If the product is purchased direct the facility must supply the most recent cost. This inventory must be carefully reviewed to eliminate errors. A preliminary report will be viewed prior to the completion of inventory and any and all corrections will be made prior to the contractor leaving the premises. A random check of at least 25 items must be done to ensure that the inventory was completed correctly. VA personnel, to ensure compliance, will conduct spot checks. The contractor must provide accurate reports and data with no more than a one percent error rate. Verification of counts and designated areas inspected by VA staff will be checked and verified with the contractor on the day the inventory is performed and any corrections made prior to contractor leaving the facility. The contractor must be capable of providing an Excel spreadsheet-using version Microsoft Office Excel 2003/2007 with at least these data elements. Item name (name and strength, i.e. Ativan 1mg/ml), package description and size (1mg/ml x 25 per box or units and package size), NDC or UPC/UPN, manufacturer, total replacement cost of all items and extended total dollar amount. If the contractor is using the McKesson Telxon in doing the inventory, the information will be downloaded into SMO on site and reviewed for accuracy. Final reports in the form of three hard copies, an electronic copy in excel format will be furnished to VA Medical Center Department of Pharmacy, Attention Chief or Associate Chief of Pharmacy Within 10 business days from completion of inventory. The contractor must complete the inventory of all sections within a 24-hour period. Inventory must be completed no later than February 28th 2021. Earlier completion date is preferred. The inventory must be completed during normal business hours Monday thru Friday between 8am-430pm. Weekend and/or Holiday completion of inventory may be permissible if allowed by VA Police and coordinated by local management. The contractor will have to adhere to all VA security requirements. Contractor will wear picture ID badges at all times and sign in at time of arrival. Professional attire is to be worn. Contractor will provide a list of names of vendor personnel to Pharmacy Service before scheduled inventory date. Policy: It is the policy of the VA medical facility to restrict access to secure pharmacy areas, to only employees within the pharmacy section of Patient Support Service who duties require their access. Non- pharmacy employees, volunteers or authorized contractors doing maintenance, housekeeping, deliveries, etc. will be escorted by employees of Pharmacy Section at all times. The contractor must be insured. VA Responsibilities: Having a knowledgeable person(s) available during the inventory to answer questions, assist with data that may be necessary to complete the inventory, assist with printing the final inventory report on site, and for a general review of the final report. Having current shelf labels current for items ordered from the prime vendor. Providing inventories of items in automated dispensing machines and controlled substances, as outlined above, so that these inventories can be added by the vendor to the final counts. 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 of these adjustments. VA Pharmacy Locations Covered: 1. VA Connecticut Healthcare System (Estimated Value - $2.9 Million) VAMC West Haven Inpatient (Building 1) Outpatient (Building 2) 950 Campbell Ave West Haven, CT 06516-2770 VAMC Newington Inpatient and Outpatient 555 Willard Ave Newington, CT 06111-2631 2. VAMC Togus (Estimated Value - $1,328,690.00) Inpatient and Outpatient 1 VA Center Augusta, ME 04330-6796 3. VAMC Providence (Estimated Value ($930.000.00) Inpatient and Outpatient 830 Chalkstone Ave Providence, RI 02908-4734 4. VA Central/Western Massachusetts VAMC Northampton (Estimated Value - $253,596.00) Inpatient and Outpatient 421 Main Street Leeds, MA 01053-9764 VA Outpatient Clinic Springfield (Estimated Value - $101,896.00) 25 Bond Street Springfield, MA 01104 VA Outpatient Clinic Worcester (Estimated Value - $71,155.00) 605 Lincoln Street Worcester, MA 01605 5. VA Boston Healthcare System (Combined Estimated Value - $5 Million) VAMC Brockton Inpatient and Outpatient 940 Belmont Street Brockton, MA 02301-5596 VAMC Jamaica Plain Inpatient and Outpatient 150 South Huntington Ave Boston, MA 02130-4817 VAMC West Roxbury Inpatient and Outpatient 1400 VFW Parkway West Roxbury, MA 02132-4927 Outpatient Clinic Causeway Street 251 Causeway Street Boston, MA 02114 Outpatient Clinic Lowell 10 George Street Gateway Center Lowell, MA 01852 6. VAMC Bedford (2014 Estimated Value - $410,358.70) Inpatient and Outpatient 200 Springs Road Bedford, MA 01730-1114 VA Pharmacy Locations that may be added in the future: 7. VAMC Manchester (Estimated Value - $730,000) Inpatient and Outpatient 718 Smyth Road Manchester, NH 03104-7007 8. VAMC White River Junction (Estimated Value $447,942) Inpatient and Outpatient 215 North Main Street White River Junction, VT 05001-3833 Prior Government contract work is not required to submit a response under this RFI synopsis. The intent of the project is to award a firm fixed price purchase order agreement for one base year and four possible option years with the possibility to award a single or multiple BPA based on location. The NAICS Code is 561990 and the size standard is $7 million.  This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. However, all Small Business entities should be encouraged to respond. Registration may be accomplished at https://www.vip.vetbiz.va.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. Interested parties responding to this RFI shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to technical capability of performance for requirements to include references with current point of contact and phone number); (3) companies seeking preference based on being a veteran owned business concern must provide proof of registration in the VA Vet Biz. The response date to this RFI notice is 12/1/2020 at 4:30 PM EST. This market research is for informational and planning purposes only to determine if a SDVOSB/VOSB or a small business set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via cory.dionne@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this RFI notice who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this RFI notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14786bb3c5bc4bb1ad2198b95fad5341/view)
 
Place of Performance
Address: SEE LOCATION INFORMATION BELOW
 
Record
SN05860689-F 20201126/201125053807 (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 |
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.