Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

R -- Annual Wall-to-Wall Pharmacy Inventory

Notice Date
10/8/2021 5:02:38 PM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0044
 
Response Due
10/21/2021 12:00:00 PM
 
Archive Date
12/20/2021
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: 212-686-7500
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in New York, NY for the purpose of collecting information on Annual Wall-to-Wall Pharmacy Inventory Services for the New Jersey Health Care System VA Medical Center three facilities: Lyons Facility at 151 Knollcroft Road, Lyons, NJ 07930; East Orange Facility at 385 Tremont Avenue, East Orange, NJ 07018; and John J. Howard (Brick) Facility at 970 Route 70, Brick Township, NJ 08724. The VA is seeking to provide for this requirement as of January 01, 2022. The NAICS code identified for this requirement is 561990 - All Other Support Services. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Monique Paltan at Monique.Paltan@va.gov by Thursday, October 21, 2021 at 3 PM EST. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service-Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the package, this may result in the contractor not being considered in the Government s Procurement Strategy. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK PHARMACY INVENTORY SERVICES 1) BACKGROUND: The Department of Veterans Affairs New Jersey Health Care System is currently seeking to fulfill a requirement for annual wall to wall Pharmacy inventory services for its three facilities in NJ (East Orange, Lyons and John J. Howard (Brick)). Physical Inventory services will address all pharmacy drugs and supplies on hand at each facility to improve organizational efficiency, financial performance, and on-hand inventory reduction. 2) SCOPE OF WORK: Contractor must have VA experience in performing annual wall to wall pharmacy inventory. Contractor should be able to provide 3 references within the VA. Contractor shall furnish all labor, materials, tools, travel and supervision to conduct annual wall to wall pharmacy inventory services in accordance with HIPAA regulations. Contractor shall: a) Provide scanning capabilities for accurate National Drug Code (NDC) identification b) Inventory current supplies on hand and create accurate wholesaler pricing information c) Provide auditors certified in pharmaceutical count methods, handling of medications and HIPAA regulations. d) Minimal disruption to daily pharmacy operations e) Complete reporting of inventory and verification Contractor shall inventory products on hand. These products include items purchased from the prime vendor as well as any direct purchases. The inventory shall include medication and supplies that are dispensed to patients. Items such as equipment and prescription labels and vials are excluded. The contractor shall inventory medication and supplies that are under the direct control of each pharmacy. Where products are open, the contractor shall estimate the quantity to the nearest tenth of a bottle. The contractor shall determine an actual replacement cost for the inventory at each site. Some contractors utilize the McKesson Telxon to gather this information; others require a list of products costs with National Drug Code (NDC) numbers. 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 was purchased directly, the VA facility will supply the most recent cost. Contractor shall conduct inventory for each inpatient and outpatient pharmacy separately. Contractor shall complete the inventory of all sections in one business day at each facility. Contractor shall adhere to all VA security requirements. 3) REPORTS: The contractor shall provide the following three comprehensive reports upon completion of the inventory: a) Location Summary b) Detail Scan Report c) Excel Spreadsheet Contractors shall submit individual written reports for inventory conducted at each facility. Each facility s individual report shall include the following information: a) Current contracted pricing from multiple wholesalers, including direct purchases and drop site items. b) Point of entry validation. c) Audit trails at the completion of sections. d) Mapping of pharmacy set sections, established for year-to-year comparison. e) Ability to provide custom location reports per unique sites at your facility separating inpatient, outpatient, off site, etc. Contractor shall provide the following data elements on the Excel spreadsheet: a) Item name (name and strength, i.e., Ativan 1mg/1ml) b) Package description c) National Drug Code (NDC) d) Total quantity e) Current package price f) Total replacement cost per item per site g) Total replacement cost of all items per site Contractor shall provide an inventory report for each inpatient and outpatient pharmacy separately. Contractor shall provide three inventory reports upon completion of work. a) The first inventory report shall be a full inventory of all items in the current inventory with the dollar amounts associated with each b) The second inventory report shall be a report of the top twenty (20) inventory items based on the total dollar value of the inventory for those individual items. c) The third inventory report shall be a report of the top (20) inventory items based on the total quantity of the individual items.   Contractor shall submit a hard copy of each report to: Department of Veterans Affairs New Jersey Health Care System Pharmacy Service Attn: Adel Gaballah 385 Tremont Ave East Orange, NJ 07018 Contractor shall coordinate with the COR to set a date to conduct annual wall to wall inventory at each facility. Contractor shall perform all inventory services for all three facilities between February 1st and February 15th for each year of contract. 4) CERTIFCATIONS: Contractor must have VA experience in performing annual wall to wall inventory. Contractor must provide 3 references within the VA. Contractor shall ensure all auditors have the required qualifications and, if applicable, have the required current and valid professional certifications in compliance with federal, state, and/or local laws and regulations. When requested, Contractor shall provide the CO and on-site POC with information on the qualifications or certifications for its employees. 5) PHAMACIES PER FACILITY: The East Orange Facility and Lyons Facility each have one (1) Outpatient pharmacy and one (1) Inpatient Pharmacy. The John J. Howard (Brick) Facility has only one pharmacy. 6) WORKING BUSINESS HOURS: All inventory services shall be performed during normal business hours of coverage unless proper alternate arrangements have been coordinated beforehand with the COR. All work shall be performed between the hours of 8:00 AM to 4:30 PM, Monday to Friday excluding Federal Holidays. 7) PERIOD OF PERFORMANCE: Contractor shall complete all inventories at all three facilities no later than February 15th of each year. The Base Period of Performance will be one (1) year from the date of award of contract with the provision of four (4) Option Years). 8) PLACE OF PERFORMACE: Wall to wall Pharmacy Inventory Services will be performed at each of the three facilities of the Department of Veterans Affairs, New Jersey Health Care System: 1) East Orange Facility 385 Tremont Avenue East Orange, NJ 07018 2) Lyons Facility 151 Knollcroft Road Lyons, NJ 07939 3) John J. Howard (Brick) Facility 970 Route 70 Brick Township, NJ 08724
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1dfb2c6bff6e4a6288c1db5fe9def663/view)
 
Place of Performance
Address: Department of Veterans Affairs New Jersey Health Care System East Orange, Lyons & Brick Facilities 385 Tremont Avenue, East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN06154920-F 20211010/211008230112 (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.