SOLICITATION NOTICE
65 -- SPE2DX-20-R-0001 PRESOLICITATION
- Notice Date
- 5/13/2021 1:05:15 PM
- Notice Type
- Presolicitation
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- DLA TROOP SUPPORT PHILADELPHIA PA 19111 USA
- ZIP Code
- 19111
- Solicitation Number
- SPE2DX-20-R-0001
- Archive Date
- 12/31/2021
- Point of Contact
- DAVID MOURAR, Phone: 2157374291, CATHERINE GILBERT, Phone: 2157374778
- E-Mail Address
-
David.Mourar@dla.mil, catherine.gilbert@dla.mil
(David.Mourar@dla.mil, catherine.gilbert@dla.mil)
- Description
- The Defense Logistics Agency (DLA) Troop Support Medical Supply Chain is�planning to issue a�solicitation for the National Prime Vendor Program Generation IV (NPV GEN IV). Procurement details follow. The purpose of this acquisition is for the Defense Logistics Agency (DLA) Troop Support to establish the National Prime Vendor (NPV) Contract to support the Defense Health Agency�s (DHA) TRICARE Pharmacy Program (TPharm) by providing replenishment pharmaceutical and pharmaceutical-related products to the TPharm ordering facilities. The Government intends to award one contract to the Primary Supplier (PS) and one (possible) contract to a Back-Up Supplier (BS). The PS shall provide the replenishment of pharmaceuticals and other authorized �program items� that are in compliance with the TPharm award, DHA regulations, and 32 CFR 199.4. Program items shall contain prices derived from the Department of Veteran Affairs (DVA) Federal Supply Schedule (FSS), DLA Troop Support Pharmaceutical Distribution and Pricing Agreements (DAPA), TRICARE Uniform Formulary (UF), DVA National Contracts, DoD Blanket Purchase Agreements (BPA), DLA Troop Support Pharmaceutical National Contracts, Incentive Agreements, and Regional DAPAs. This contract works in conjunction with the TPharm5 contract established by DHA to provide pharmaceuticals to beneficiaries. The TPharm ordering facilities replenished under this contract shall include multiple sites associated with the Tricare Mail Order Pharmacy (TMOP) and the Tricare Specialty Pharmacy Network. Additionally, the NPV will provide readiness support to the Pharmaceutical Prime Vendor Global (PPV-G) War Readiness Materiel (WRM) ordering sites. The BS shall provide the replenishment pharmaceuticals and other authorized �program items� which the PS cannot fill for the TPharm Ordering Facilities. The BS is not required to provide support for the PS on the WRM requirements contained in the SOW. The PS will provide separate distribution fees for brand/generic drugs and specialty drug. The BS will provide one distribution fee for brand, generic, and specialty drugs. A vendor may submit a proposal for the PS, BS, or both. A vendor cannot be awarded as both the PS and BS. This will be an unrestricted and fully open competitive acquisition. The contract(s) will be a firm-fixed price, requirements type contract with a twenty-four (24) month base and three (3) twenty-four (24) month options. The estimated value including all options for the PS is $34.1 billion. The estimated value including all options for the BS is $345 million. The total estimate value of the NPV GEN IV solicitation is $34.5 Billion. This is a Lowest Price Technically Acceptable (LPTA) Acquisition.� DLA Troop Support will make an award to the responsive and responsible offeror whose proposal is determined to be technically acceptable and provides the lowest overall price to the Government considering the base and all option periods.� Lowest Price is based on best overall distribution fee computation.� In addition to the LPTA, it is the intention of the Government to use the Reverse Auction strategy to obtain the best distribution fee possible for the Primary Supplier. The offeror is required to submit its distribution fees for each line item as stated above. The Reverse Auction process may be used to determine the final distribution fees for purposes of evaluation for award. Additionally, it is the intention of the Government to award without discussions for the Back-Up Supplier but reserves the right to conduct discussions, conduct a Reverse Auction, and/or request a final proposal revision to determine the final distribution fees for purposes of evaluation for award. Vendors will be required to complete a cybersecurity self-assessment by using the NIST SP 800-171 DoD Assessment Methodology document and provide the score as part of their offer (the numerical score is not an evaluation factor). Vendors shall also prepare a System Security Plan as part of their offer. The NIST SP 800-171 DoD Assessment Methodology, NIST SP 800-171 Publication, and System Security Plan template is provided along with the pre-solicitation notice to allow additional time to prepare for proposal. This requirement will be discussed further during the pre-proposal conference. A vendor pre-proposal conference will be held virtually with the time and date to-be-determined. This conference will serve as an opportunity for vendors to ask pertinent questions before the proposal is submitted. Please contact any of the points of contact listed below to be notified and invited to the pre-proposal conference. Additionally, any information regarding the pre-proposal conference will be addressed in the solicitation. Any general questions regarding the upcoming solicitation and conference may be forwarded to the below POCs as well. A copy of the solicitation will be posted to the DLA Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil and Beta.Sam.Gov at https://beta.sam.gov/. Interested parties should contact Catherine Gilbert (215-737-4778, catherine.gilbert@dla.mil), Joshua Tankel (215-737-2745, Joshua.tankel@dla.mil), or David Mourar (215-737-4291, david.mourar@dla.mil) for any questions/comments. Interested parties are further advised to�set up automated notifications of pre-solicitation or solicitation changes through this website. The current projected solicitation date is June of 2021. DLA reserves the right to issue the solicitation before or after the projected solicitation date. Once the solicitation is available on Beta.Sam.Gov, it will remain open for 45 days.� All responsible sources that submit a proposal will be considered by the Agency.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3a5b27e9a9c745069af41d2b509ed689/view)
- Record
- SN06001504-F 20210515/210513230124 (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 |