Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOURCES SOUGHT

65 -- Pharmacy TPN Compounding

Notice Date
8/25/2022 8:40:03 AM
 
Notice Type
Sources Sought
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522Q0180
 
Response Due
3/25/2022 9:00:00 AM
 
Archive Date
09/02/2022
 
Point of Contact
Teresa Cabanting, Contracting Specialist, Phone: 9139461976
 
E-Mail Address
teresa.cabanting@va.gov
(teresa.cabanting@va.gov)
 
Awardee
null
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI/Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI/Sources Sought. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI/Sources Sought in accordance with (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is an RFI/Sources Sought. The purpose of this RFI/Sources Sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 325412, Pharmaceutical Preparation Manufacturing (unless another NAICS would be more appropriate, and that shared information is welcome). Responses to this RFI/Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI/Sources Sought, a solicitation announcement may be published. Responses to this RFI/Sources Sought synopsis are NOT considered adequate responses for a solicitation announcement. The information identified below is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the Services that fulfill the required specifications. If you are interested and are capable of providing the RFI/Sources Sought for supplies/services, please provide the requested information pursuant to the following questions: Response to this RFI/Sources Sought should include company name, address, and point of contact to include E-mail address and phone number. Include also, your SAM Unique Entity ID, DUNS number, and Cage Code. Please indicate the business size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc., Does your company have a Federal Supply Schedule (FSS) contract with GSA, VA NAC, NASA SEWP, or any other Federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please provide general pricing of your solution for these services, for market research purposes only; e.g. Catalog list prices, FSS prices, or any other publicized price lists are applicable/acceptable, Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached State of Work (SOW). Responses to this notice shall be submitted on or before March 25, 2022 by 11:00 a.m. Central Time Zone. Responses to this notice shall be submitted via E-mail to Teresa Cabanting, Contract Specialist, at teresa.cabanting@va.gov and copy furnish to Jennifer Sotomayor, Contracting Officer, at jennifer.sotomayor@va.gov. Telephone responses shall NOT be accepted. All questions for this RFI/Sources Sought are to be sent via E-mail to Teresa Cabanting and copy furnished to Jennifer Sotomayor. Telephone questions will NOT be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI/Sources Sought. NOTE!!!! Responses to this RFI/Sources Sought notice are not a request to be added to a prospective offerors list or to receive a copy of the solicitation. Statement of Work 1. Background Kansas City Veterans Affairs Medical Center (VAMC) Pharmacy requires a service contract to support the Total Patient Nutrition (TPN) manufacturing and compounding needs that are otherwise unavailable from the Inpatient Pharmacy IV Room due to volume or sterile compounding requirements. 2. Scope This Vendor is to furnish all TPN supplies for the Kansas City VAMC. At this time, this requirement is only for the Kansas City VAMC and it s supporting Community Based Outpatient Clinics (CBOC). This TPN Compounding is strictly for the KC VAMC facility and is for an inpatient environment by compounding specific IV medications based on physician orders and delivered to KC VAMC hospital for the hospital (VA staff) to administer to the patient based on a specific order/prescription and is patient specific. This is NOT for Batching or preparing large quantities of IV medications. This requires a contractor facility that is registered to prepare compounded (prepared from raw ingredients) IVs for administration in a hospital that meet FDA and USP requirements for sterility and processing. Contractor shall provide 10% amino acids with 70% Dextrose and 20% lipids in bags and will include additives such as vitamins, electrolytes, and Insulin. The estimated need is 21 per week but could increase or decrease as necessary. Contractor shall provide all necessary materials used in their preparation of admixture solutions such as transfer sets, TPN clips, needles, syringes, seals, swabs, gloves and sharps containers. Mixing of TPN solutions shall be in compliance with the American Society of Hospital Pharmacies (ASHP), The Joint Commission (TJC) guidelines, Current USP 797/800 standards and any revisions or new USP standards identified. Contractor shall label and number the TPN products with a label matching those currently used at the Kansas City VA Medical Centers. Usage records for each product admixed shall be provided by the Contractor on a monthly basis. Contractor shall provide quality assurance data as required by JCAHO on a quarterly basis. Contractor shall provide a customer service representative, which will be available 24 hours a day. Ordering facilities will submit electronic orders to the Contractor. Figures will be adjusted according to usage and demand; Price Schedule numbers referenced are only estimates and are subject to change. A method for electronic ordering is preferred over manually entered or faxing orders. 4. Government-furnished property The VAMC will provide all supplies, such as tubing and filters, necessary for the direct administration of the TPN or compounded items. 5. Security Requirement - TBD 6. Place of performance All manufacturing and compounding will take place at the Vendors sterile manufacturing environment. The Vendor shall notify the Kansas City VAMC within 24 hours, in the event of any failed inspections, recalled items, or issues that have a direct impact on patient safety or the integrity of the manufactured items.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3676035a6024450f970ccc0b7a8b4d4e/view)
 
Place of Performance
Address: Kansas City Veterans Affairs Medical Center, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN06442036-F 20220827/220825230134 (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.