Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2020 SAM #6964
SOLICITATION NOTICE

R -- WALL TO WALL INVENTORY FY21

Notice Date
12/21/2020 9:24:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24621Q0133
 
Response Due
12/24/2020 1:00:00 PM
 
Archive Date
02/22/2021
 
Point of Contact
Amarlia A VanBuren, Amarlia Van Buren, Phone: 757-728-3144
 
E-Mail Address
Amarlia.Vanburen@va.gov
(Amarlia.Vanburen@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 effective November 23, 2020. This solicitation is set-aside for Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 561990, All Other Support Services, with a small business size standard of $11 Million. The FSC/PSC is R706, Support- Management: Logistics Support. The Veterans Integrated Service Network (VISN) 6 office is seeking to procure pharmacy wall-to-wall inventory services. All interested companies shall provide quotations for the following: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/ SERVIC ES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 JB _____________ __________________________ Wall-To-Wall Inventory service for Salisbury VA Medical Center, Charlotte HCC & Kernersville HCC As required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. 0002 2.00 JB ______________ ________ Wall-To-Wall Inventory service for Durham VA Medical Center & Greenville Health Care Center As required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. 0003 3.00 JB _______________ ______________ Wall-To-Wall Inventory service for Fayetteville VAMC, Fayetteville Health Care Center & Wilmington Health Care Center as required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. 0004 1.00 JB _____________ _______________ Wall-To-Wall Inventory service for Hampton VA Medical Center as required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. 0005 1.00 JB ______________ ________________ Wall-To-Wall Inventory service for Richmond VA Medical Center as required In VHA Handbook 1108-08 January 1, 2021 February 28, 2021. 0006 1.00 JB ______________ _ ________________ Wall-To-Wall Inventory service for Salem VA Medical Center as required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. 0007 1.00 JB _______________ _________________ Wall-To-Wall Inventory service for Asheville VA Medical Center as required In VHA Handbook 1108-08, January 1, 2021 February 28, 2021. GRAND TOTAL: $_________________ PERFORMANCE WORK STATEMENT 1.0. INTRODUCTION: Per VHA Handbook 1108.08 VHA Formulary Management Process, VA Pharmacies are required to conduct an annual wall to wall inventory that is to be concluded by the end of February. The Contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision and travel cost necessary in order to provide Wall to Wall Pharmacy Inventory Services for the identified facilities in section 2.0 of the Performance Work Statement (PWS). 2.0 FACILITIES: VAMC Asheville 1100 Tunnel Rd Asheville, NC 28805 VAMC Richmond 1201 Broad Rock Rd. Richmond, VA 23249 VAMC Salem 1970 Roanoke Blvd Salem, VA 24153 VAMC Durham 508 Fulton St. Durham, NC 27705 VAMC Salisbury 1601 Brenner Ave. Salisbury, NC 28144 VAMC Fayetteville 2300 Ramsey St. Fayetteville, NC 28301 VAMC Hampton 100 Emancipation Dr. Hampton, VA 23667 Charlotte HCC 3506 W. Tyvola Rd. Charlotte, NC 28208 Kernersville HCC 1695 Kernersville Medical Pkwy Kernersville, NC 27284 Wilmington HCC 1705 Gardner Rd. Wilmington, NC 28405 Greenville CBOC 401 Moye Blvd. Greenville, NC 27834 Fayetteville HCC 7300 S Raeford Rd. Fayetteville, NC 28304 3.0. COORDINATION: The contractor point of contact, the VA Contracting Officer s Representative (COR) and the Pharmacy Point of Contact (POC) shall be identified at time of award. The contractor will coordinate the inventory time and date with the VA pharmacy Point of Contact (POC) and will submit a schedule to the COR for approval. The designated POC at each facility is subject to change. The contractor will be notified of the name of the replacement POC. A full background check is not required for this position; however, all contract employees must bring photo identification and comply with check-in procedures at each facility. A picture ID/name badge shall be worn while present on VA grounds. Before starting the inventory, each VA pharmacy POC and the contractor appointed supervisor will walk throughout the pharmacy, where it is broken down into physical locations that are agreed upon by both the VA pharmacy manager/director and appointed contractor inventory crew supervisor. The VA pharmacy POC must indicate all the items that should be and should NOT be inventoried, such as in-house supplies. The contractor inventory crew supervisor and the crew member shall walk through each section together prior to and upon completion of the inventory to make sure there is nothing in question. GENERAL REQUIREMENTS: The contractor will be provided the prime vendors (McKesson, Inc.) pricing data by the respective facility so the data can be included within the required reports. The contractor crew members shall collect the name of the medication, strength, size, form, manufacturer, and quantity. Items shall be given an actual piece count; except partial bottles and repackaged meds, which are given an appropriate fraction. Any items that are expired, obsolete, or not useable are not included in the count, unless otherwise specified by the VA pharmacy manager/director. Any incidental breach of patient privacy or information security, the contractor will need to report with an hour to his/her Supervisor, VA Privacy Officer or VA Information Security Officer. ITEMS TO BE COUNTED Items in the Inpatient Pharmacies automated machines. Items in the Outpatient Pharmacies Baker APS machines (Baker cells Optifill, Scriptpro, Autoscript II, etc., robot canisters Bulk Intravenous solutions. Prosthetic items in unopened containers with a cost over $100.00. Items in question are located at the Outpatient locations only. Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. Direct buy supplies that are given directly to the patient (catheters, diapers, syringes, etc) Unit dose PRE-PACKED items (these are individual doses or small strip-packages of individual doses). Direct buy products (drug and supplies) are only counted if the value of the drug on the shelf is greater than $100 (so one bottle of drug that costs $50 from specialty company is not counted), ITEMS NOT COUNTED Items in the Emergency Pharmaceutical Cache. Supplies used in the pharmacy (bottles, labels, syringes used to make IV bags, etc) Drugs and supplies that have been placed in automated equipment on the units, wards, CBOCs (e.g. in an Omnicell). CBOC inventories are only counted if the pharmacy there is one with a separate McKesson account number and with a pharmacist manning it with deliveries directly to that site. Ward stock. Controlled substances will be counted by the Pharmacy personnel only. However, the contractor will be provided the data by the Pharmacy department so the data can be included within the required reports. REPORTING A report for each pharmacy inventoried shall be completed no later than seven calendar days after the inventory is completed. Each report shall contain all items inventoried with the following data: Item name (name & strength, i.e., Ativan 1mg/1ml) Package description (ml, bottle, tab) NDC or UPC/UPN Total quantity, current package price, and total replacement cost per item, and total replacement cost of all items. The report must be provided in a format that is compatible with or easily transferable to Microsoft Excel (Microsoft office 2007 or 2010 version). The reports shall be on CD or sent as an e-mail attachment to the COR Performance Measures: Measures Performance Requirement Acceptable Quality Level Surveillance Method Incentive Disincentive Quality Performance Inventory of medication and supplies at pharmacy sites are completed by deadline. 100% Notification of completed audit by Contractor by COB. Favorable contactor performance evaluation. Unfavorable contactor performance evaluation. Quality Performance Reports submitted by Contractor by deadline. 100% Date of submitted reports. Favorable contactor performance evaluation. Unfavorable contactor performance evaluation. Privacy, Confidentiality and HIPPA Contractor is aware of all laws, regulations, policies and procedures relating to Privacy, Confidentiality and HIPPA and Zero breaches of privacy or confidentiality complies with all standards. 100% compliance; no deviations. Contractor shall provide evidence of annual training required. Favorable contactor performance evaluation. Immediate removal from contract SPECIAL CONTRACT REQUIREMENTS SPECIAL CONTRACT REQUIREMENTS WORK HOURS The services covered by this contract shall be furnished by the contractor as defined herein. The contractor shall not be required, except in case of emergency, to furnish such services on Federal Holidays or during off duty hours as described below. The following terms have the following meanings: Normal working hours: Monday through Friday, 7:45 a.m. 4:30 p.m., excluding federal holidays. The following Federal holidays are observed will be observed during all performance periods: New Year s Day January 1st Martin Luther King's Birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran's Day 2nd Monday in November Thanksgiving Day 4th Thursday in November Christmas Day December 25th Any other day specifically declared by the President of the United States to be a federal holiday. When one of the holidays falls on Sunday, the following Monday shall be observed as a Federal Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. BILLING AND PAYMENT The contractor shall submit payment requests in electronic form via VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) Invoices shall be submitted monthly, in arrears, and shall include at a minimum: Date of Invoice Contract Number /Purchase Order Number Vendor Name Invoice Number CLIN & Date of service 9.3 COVID-19 The VA has implemented an aggressive public health response to protect and care for Veterans, their families, health care providers, and staff in the face of this emerging health risk. We are working directly with the CDC and other federal partners to monitor the outbreak of the virus. Our Medical Center and Community Based Outpatient Clinics (CBOC) have made changes to promote safety in our facilities. We continue to implement and practice enhanced safety measures. Any person entering our facilities will be met by a staff member who will be greeted and asked screening questions along with temperature screening. Depending on the answers, a VA health care professional will assist on the next steps of your visit. Physical distancing, face covering or masking, and limiting the number of visitors is mandatory. VHA Directive 1013(3) requires proof of mandatory seasonal influenza vaccination is required. CONTRACT ADMINISTRATION Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of 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 that shall affect price, quantity or quality of performance of this contract. The COR shall be responsible for the overall technical administration of this contract as outlined in the COR Delegation of Authority. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. The Service Contract Act is applicable to this requirement and the Wage Determinations links will be provided. Vendors are expected to download (see attached links below) and apply the current labor rates. Department of Labor Wage Determinations Asheville Wage Determination 2015-4369 Durham Wage Determination 2015-4375 Salisbury Wage Determination 2015-4423 Kernersville Wage Determination 2015-4399 Greenville Wage Determination 2015-4383 Charlotte Wage Determination 2015-4423 Fayetteville Wage Determination 2015-4377 Wilmington Wage Determination 2015-4397 Salem Wage Determination 2015-4315 Richmond Wage Determination 2015-4331 Hampton Wage Determination 2015-4341 Note: All vendors are required to be in conformance with regards to payment of employee s with and have the latest copy of the latest Department of Labor Wage Determination Rates. You can download from the links above. If you have trouble downloading contact the Contract Specialist for assistance. EVALUATION CRITERIA The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate technical capabilities, past performance, and price. Following receipt of quotes, the Government will perform an evaluation using a comparative analysis of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. Factor 1: Technical Capability The evaluation process will consider whether the quote demonstrates a clear understanding of the technical features involved in meeting the requirements of the solicitation. To be considered technically acceptable, offeror must submit a capability statement demonstrating their technical capability and ability to meet the full scope of the performance work statement. Factor 2: Past Performance Past performance information will be utilized to determine the quality of the contractor s past performance as it relates to the probability of success of the required effort. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of meeting delivery schedules and the delivery of quality services. Emphasis will be on recent, relevant past performance in the previous 3 years. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the performance work statement. Past performance information is one indicator of a quoter s ability to perform the contract successfully. Current and relevant information, source of information, context of data, and general trends in Contractor s performance shall be considered as it pertains to the performance of work described in this solicitation. Quoters may provide information on problems encountered on identified contracts and the quoter s corrective action. The Government shall consider this information as well as information obtained from any other sources when evaluating the quoter s past performance. (While the government may elect to consider data obtained from other sources, the burden of providing current and complete past performance information rests with the offeror. The past performance Information obtained will be used for both the responsibility determination and this evaluation factor. Identify Federal, State, and local Government and private contracts that are similar in scope and size. The references must contain the following using the attached form: (i) Contractor s name (ii) Facility s address and telephone number (iii) Contract number, value, award date and completion date (iv) Description of the requirement (v) Any subcontractors must be listed. Specify if no subcontractors will be used. (vi) Contact Person, and Phone number of the past performance reference. (vii) Fax number and e-mail address of past performance reference if applicable. If an offeror or the proposed employees for the offer do not have a past performance history relating to this proposal, the offeror will not be evaluated favorably or unfavorably on this factor. Instructions to Offerors for Submission of Quotes All Quoters shall be registered and current in the System for Award Management (SAM) database at time of award. Quoters shall submit their quote via email to Amarlia Van Buren at amarlia.vanburen@va.gov by 4:00PM, EST, December 24, 2020. Quotes shall be assembled by the following parts and shall be easily identified. Quotes SHALL be submitted in two separate parts as follows: Part 1: Technical answering of requirements contained in the solicitation that will include the required past performance form as requested in the solicitation. Part 2: Pricing as requested in the solicitation. OFFEROR PAST PERFORMANCE VERFICATION FORM: Offeror(s) are required to submit sufficient evidence three (3) previous Pharmacies that has used the inventory service requested in this solicitation to meet the requirements contained in the performance work statement. To assist in this determination, contractors are required to furnish the following information: Number of years experience in providing Wall to Wall Pharmacy Inventory services Contractors are required to furnish for evaluation purposes name, address, and telephone number of three (3) Pharmacies for whom services similar in nature to the requirements noted herein have been furnished. Failure to furnish this information may result in your firm not being considered on this solicitation as well as reference given that cannot be verified by the VA. TECHNICAL QUESTIONS Quoters should submit all technical questions regarding this solicitation to the Contracting Officer in writing, via email, to Amarlia Van Buren at amarlia.vanburen@va.gov by 01:00PM, EST, December 22, 2020. Address Subject Line: WALL TO WALL INVENTORY SERVICE- MULTIPLE VAMC 36C24621Q0133 DESCRIPTION OF SUPPLIES OR SERVICES AND PRICES/COSTS The Contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision and travel cost, to ensure that the inventory of all facilities is executed and completed within the period of performance specified. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items MAR 2020 FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders MAR 2020 FAR Number Title Date 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.232-18 AVAILABILITY OF FUNDS APR 1984 52.237-3 CONTINUITY OF SERVICES JAN 1991 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 (End of Clause) C.3 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) C.4 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEVIATION 2019-01) C.5 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) C.6 SUPPLEMENTAL INSURANCE REQUIREMENTS C.7 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (End of Clause) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.215 71, Evaluation Factor Commitments. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.270 1, Representatives of Contracting Officers. (End of Clause) C.8 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JUN 2020) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204 23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115 91). (3) 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2019) (Section 889(a)(1)(A) of Pub. L. 115 232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). [X] (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). [X] (8) 52.209 6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (JUN 2020) (31 U.S.C. 6101 note). [X] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2020) (15 U.S.C 632(a)(2)). [X] (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (30)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). [X] (32)(i) 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). [X] (35)(i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). [X] (44) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). [X] (58) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). [X] (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (End of Clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20b5d427b27649e89749a0dda11a388b/view)
 
Place of Performance
Address: Multiple location, NC, USA
Country: USA
 
Record
SN05878586-F 20201223/201221230109 (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.