Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOURCES SOUGHT

65 -- MISSION CRITICAL - NEW VISN ASSISTED PHARMACY LENALIDOMIDE (VA-26-00030335)

Notice Date
12/18/2025 7:53:03 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
36C25526Q0127
 
Response Due
12/24/2025 1:00:00 PM
 
Archive Date
02/22/2026
 
Point of Contact
Murphy, Michael, Contracting Officer, Phone: 913-946-1963
 
E-Mail Address
michael.murphy7@va.gov
(michael.murphy7@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following responses for all the questions or requests (a) thru (s) in order to be considered for this acquisition: (a) Company Name _______________________________________________ (b) Address_______________________________________________________ (c) Point of Contact ________________________________________________ (d) Phone, Fax, and Email____________________________________________ (e) UEI number ____________________________________________________ (f) Cage Code_________________________________________________________ (g) Tax ID Number ________________________________________________________ (h) Please indicate the 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___________________________________ Is your company considered small under the NAICS code identified under this SSN/RFI? Yes______ No________ (j) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Yes______ No________ (k) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of contact. Designated Distributors Company POC Phone Email (l) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? Yes______ No________ If you do, state how and what is altered; assembled; modified? Response:_____________________________________________________________________ (m) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Subcontract Yes______ No________ Portion of Total Cost:_______________________ Please provide estimated detailed percentage breakdowns related to subcontracted work. Response:_________________________________________________________________ __________________________________________________________________________ (n) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. Yes______ No________ Contract #_________________________________ (o) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? Yes______ No________ (p) Please provide general pricing of your products/service for market research purposes. Product/Service Unit Unit Price Amount Important (s) Must provide a statement of capability that clearly addresses the organization s qualifications and ability to perform as a contractor for the work described below. STATEMENT OF WORK VISN 15 Lenalidomide Procurement December 2025 REQUIREMENT The VA Heartland Health Care Network (VISN15) VAMC facilities listed below require procurement of generic Lenalidomide. This medication is necessary to provide treatments to Veterans diagnosed with specific medical conditions. This contract will be a firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. BACKGROUND: The VISN 15 facilities pharmacies requires services for procurement of generic lenalidomide manufactured by Exelan and dispensed by Biologics by McKesson. Lenalidomide is an antineoplastic agent commonly used to treat types of leukemia, lymphoma, and myeloma. Additionally, lenalidomide is part of the Risk Evaluation and Mitigation Strategies (REMS) drug safety program due to the embryo-fetal risk associated with its use. Due to the nature of use of lenalidomide and requirements of the REMS program, the medication is generally dispensed monthly as prescribed for each patient s 28-day treatment cycle by a REMS certified specialty pharmacy. Therefore, management of monthly therapy is a closely monitored collaborative effort between the VISN 15 facilities Oncology teams and Pharmacies Procurement teams who currently manage around 55-97 patients per month. Previously, VISN 15 patients received brand name lenalidomide (Revlimid) therapy through McKesson s specialty pharmacy, CoverMyMeds, as part of the VA specialty distribution medication process. Specifically, the specialty distribution medication process allowed for treatment management and prescribing by the VISN 15 Oncology teams, but REMS requirements and medication dispensing were completed by the REMS certified specialty pharmacy, CoverMyMeds. Additionally, billing for each prescription occurred through each facilities McKesson Specialty Distribution Accounts and McKesson Fast Pay system. However, the branded product, Revlimid, dispensed by CoverMyMeds, will no longer be billed through the McKesson Fast Pay system at some point during January 2026, although the exact date is unknown. Additionally, the use of Exelan s generic lenalidomide was expanded for use to all VISNs effective 10/1/25 for dispensing by Biologics by McKesson, a different REMS certified specialty pharmacy. Exelan is the only supplier of the more cost-effective generic version of the medication. PERIOD OF PERFORMANCE This contract is an emergent request for a one base year. The period of performance shall begin January 1, 2026 and continue until December 31, 2026 with no option years. PLACES OF PERFORMANCE Facility Name Address VISN 15 589 Kansas City, MO 4801 E. Linwood Blvd. Kansas City, MO 64128 VISN 15 589A4 Columbia, MO 800 Hospital Drive Columbia, MO 65201 VISN 15 589A5 Topeka, KS 2200 SW Gage Blvd. Topeka, KS 66622 VISN 15 589A6 Leavenworth, KS 4101 4th St. Trafficway Leavenworth, KS 66048 VISN 15 589A7 Wichita, KS 5500 E. Kellogg Drive Wichita, KS 67218 VISN 15 657 St. Louis, MO J. Cochran 915 N. Grand Blvd. St. Louis, MO 63106 VISN 15 657A0 St. Louis, MO J. Barracks 1 Jefferson Barracks Dr. St. Louis, MO 63125 VISN 15 657A4 Poplar Bluff, MO 1500 N. Westwood Blvd. Poplar Bluff, MO 63901 VISN 15 657GH Cape Girardeau, MO 711 S. Mount Auburn Rd. Cape Girardeau, MO 63701 VISN 15 657A5 Marion, IL 2401 West Main Street Marion, IL 62959 VISN 15 657GJ Evansville IN 6211 East Waterford Blvd. Evansville, IN 47715 PERFORMANCE REQUIREMENTS: The VA Heartland Health Care Network (VISN 15) requires a VISN-wide IDIQ contract for procurement of generic lenalidomide. All orders will be supplied by a REMS certified specialty clinic and based on patient specific orders, in accordance with federal, state and local laws and any regulatory and accrediting bodies. Additionally, the vendor shall provide all delivery and handling of materials and supplies to ensure appropriate storage conditions are maintained during shipment. Vendor shall provide lenalidomide therapy per prescription, manage all REMS requirements as the authorized specialty pharmacy, and dispense the medication directly to the patient or the VISN 15 facility pharmacy as requested on the prescription on a patient-to-patient basis. PRESCRIPTION ORDERS: VA Prescription orders and REMS documentation will be submitted via secure network or encrypted fax. Once submitted, VA staff will confirm receipt of order with vendor by phone or email. Each order will include the following patient information: Patient name Patient address Patient phone number Patient email address Patient preferred language Gender Date of birth Diagnosis Allergies Current medications Check box for direct delivery to patient (preferred). If unable to ship to patient, product will be shipped to the VA Pharmacy. Each order will include the following VA pharmacy information: Pharmacy name Purchase order number Address DEA number VISN number Method of payments Primary clinical contact name and contact information Secondary clinical contact name and contact information Primary purchasing contact name and contact information Secondary purchasing contact name and contact information Each order will include the following prescriber information: Prescriber name Prescriber s license number Prescriber s NPI number Supervising physician s name (if applicable) Supervising physician s license number (if applicable) Supervising physician s NPI number (if applicable) Address Each order will include the following Patient Type From the Patient-Physician Agreement Form (PPAF): Check box for Adult Female Not of Reproductive Potential Check box for Female Child Not of Reproductive Potential Check box for Adult Female Reproductive Potential Check box for Female Child Reproductive Potential Check box for Adult Male Check box for Male Child Each order will include the following prescription information: Check box for strength of lenalidomide capsule (i.e., 2.5mg, 5mg, 10mg, 15mg, 20mg, or 25mg) Directions for use (i.e., Sig), which must include frequency (e.g., once daily, every other day, etc.) and complete cycle (e.g., 21 day on, 7 days off OR days 1-21 for a 28-day cycle) Quantity (i.e., number of capsules to be dispensed) Max quantity 28 day supply No refills permitted Authorization number Date Prescriber signature (dispense as written) with date OR Prescriber signature (substitution permissible) with date Revlimid cannot be written and signed as dispense as written (DAW) or else the pharmacy cannot dispense generic lenalidomide. Completed VA Patient Prescription Forms for Lenalidomide (Exelan Pharma Product Only) will be sent by VISN 15 facilities Oncology Nurse Navigators or Outpatient Pharmacy Staff (i.e., for community care authorized patients) to VISN 15 Pharmacy Procurement teams by encrypted email or Pharmacy Leaf Request. Once submitted, Vendor will contact the patient and schedule delivery. VA Pharmacy Staff will receive confirmation of shipping from the Vendor via encrypted fax. VA Pharmacy Procurement Staff will release the prescription in VISTA upon receipt of patient delivery. DELIVERY Standard orders submitted by the facilities by 3:00pm CST will be delivered by the vendor within 3 business days. Urgent or emergent orders will be delivered within 2 business days. The vendor will ensure appropriate storage conditions are maintained during shipment for all materials and supplies. Orders shall be transported via Courier, expedited mail service, or any other means necessary to ensure receipt by established timeframes. Orders specifying delivery to VISN 15 facilities pharmacies will be delivered to the following locations. Pharmacy Room # Address VISN 15 589 Kansas City, MO V1-726 4801 E. Linwood Blvd. Kansas City, MO 64128 VISN 15 589A4 Columbia, MO E001 800 Hospital Drive Columbia, MO 65201 VISN 15 589A5 Topeka, KS sent IM 1- A10 2200 SW Gage Blvd. Topeka, KS 66622 VISN 15 589A6 Leavenworth, KS sent IM B237 4101 4th St. Trafficway Leavenworth, KS 66048 VISN 15 589A7 Wichita, KS 001-3 5500 E. Kellogg Drive Wichita, KS 67218 VISN 15 657 St. Louis, MO J. Cochran sent IM Bldg 1, 4th Floor B405 915 N. Grand Blvd. St. Louis, MO 63106 VISN 15 657A0 St. Louis, MO J. Barracks sent IM JB 55 1st Floor,1c100 1 Jefferson Barracks Dr. St. Louis, MO 63125 VISN 15 657A4 Poplar Bluff, MO Bldg 1 Ground Floor, GB-007 1500 N. Westwood Blvd. Poplar Bluff, MO 63901 VISN 15 657GH Cape Girardeau, MO Rm 1106 711 S. Mount Auburn Rd. Cape Girardeau, MO 63701 VISN 15 657A5 Marion, IL Rm D109 2401 West Main Street Marion, IL 62959 VISN 15 657GJ Evansville IN Rm 1110.1 6211 East Waterford Blvd. Evansville, IN 47715 TECHNICAL INDUSTRY STANDARDS The Contractor shall conform to the standards established by Federal Drug Administration for Risk Evaluation and Mitigation Strategies (REMS). The Contractor shall submit proof of conformance to the standard by providing a copy of their certification and copy of the employee training log. DESCRIPTION OF WORK: The VA Heartland Health Care Network (VISN 15) requires a VISN-wide IDIQ contract for procurement of generic lenalidomide. All orders will be supplied by a REMS certified specialty clinic and based on patient specific orders, in accordance with federal, state and local laws and any regulatory and accrediting bodies. Additionally, the vendor shall provide all delivery and handling of materials and supplies to ensure appropriate storage conditions are maintained during shipment. Vendor shall provide lenalidomide therapy per prescription, manage all REMS requirements as the authorized specialty pharmacy, and dispense the medication directly to the patient or the VISN 15 facility pharmacy as requested on the prescription on a patient-to-patient basis. DELIVERABLES: The vendor shall furnish all necessary materials, supplies, equipment and personnel to complete required tasks. CONTRACTOR FURNISHED MATERIALS. The vendor will provide the tracking information and be based on Drug Supply Chain Security Act (DSCSA) and federal law. All lenalidomide doses and supplies are to be supplied by the Contractor. Vendor shall email or encrypted fax proof of delivery documentation to ordering VISN 15 pharmacy within 3 business days of delivery. Contractor shall invoice for billable units for the amount of medication utilized for each individual patient. Contractor shall provide current and past certification reports. In the case of any failures, contractor shall provide action plans for corrections of deficiencies and testing results showing the failures have been corrected. All reports shall be submitted to facilities within 5 days of result/receipt. Reports will be submitted to VHAV15PharmacyInventoryProcurementCOP@va.gov Shipping fees are included with the order and there is no additional cost for any items delivered for the weekend. All shipments for weekend delivery will be arranged as needed to ensure delivery can be successfully completed. Contractor shall invoice the billable units for the amount of medication utilized for each individual patient to Tungsten Network (OB10). b. GOVERNMENT FURNISHED MATERIALS AND SERVICES. The Government will include all patient information listed above with each order. The Government will submit all orders via secure network or encrypted fax. The Government will confirm receipt of order with vendor by phone or email. VISN 15 facilities Fiscal departments will match the invoice processed by the Vendor to the purchase order in the Invoice Payment Processing System (IPPS). WORK HOURS Facility Name Work Hours VISN 15 589 Kansas City, MO Rm V1-726 is open to receive medications 8:00a-4:30p Rm V2-710 is open to receive medication after hours VISN 15 589A4 Columbia, MO Rm E001 is open to receive medications 24/7 VISN 15 589A5 Topeka, KS Rm 1, Basement A10 is open to receive medications 8:00a-3:30p VISN 15 589A6 Leavenworth, KS Bldg 89, Floor 2, B237 is open to receive medications 8:00a-3:30p VISN 15 589A7 Wichita, KS Rm 001-3 is open to receive medications 24/7 VISN 15 657 St. Louis, MO J. Cochran Bldg 1, 4th Floor, Rm. B405 is open to receive medications 24/7 VISN 15 657A0 St. Louis, MO J. Barracks JB 55, 1st Floor, Rm 1c-100 is open to receive medications 24/7 (however, the building has restricted access after business hours) VISN 15 657A4 Poplar Bluff, MO Bldg 1, Ground Floor, Rm GB-007 is open to receive medications M-F 0800-1800 and Sat, Sun & holidays 0800-1630 VISN 15 657GH Cape Girardeau, MO Rm. 1106 is open to receive medications M-F 0730-1630 VISN 15 657A5 Marion, IL Bldg 42, Room D109 is open to receive medications 24/7 VISN 15 657GJ Evansville IN 1st Floor Pharmacy Room 1110.1 is open to receive medications M-F 0800-1630 CONTIGENCY PLANNING: The Vendor shall have a contingency backup plan in the event that REMS specialty pharmacy facility is affected by any certification discrepancies, equipment malfunctions, natural disasters, or other matters affecting performance of the contract. Contingency locations must meet the same criteria as stated herein. VISN 15 facilities must be notified prior to dispensing any medications from contingency location, and daily until contingency is no longer required. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS: The Vendor will ensure that services provided to the Government under this contract comply with all REMS requirements and other applicable laws, statutes, regulations and guidelines for fulfillment of generic lenalidomide. The Vendor shall also ensure that all services provided under this contract comply with all Government mandated procedures, standards, and requirements. QUALITY ASSURANCE SURVEILLANCE PROGRAM The Government will monitor the Vendor s performance under this contract with these performance objectives. REMS certifications will be submitted to VHAV15PharmacyInventoryProcurementCOP@va.gov. Proof of delivery documentation will be submitted to the ordering pharmacy s POC within 3 business days of delivery. Task ID Indicator Standard Acceptable Quality Level Method of Surveillance Incentive General 1 Orders processed accurately Contractor shall ensure all orders are processed per prescription order 100% Review of invoicing documents Positive Past Performance 2 Orders received by patients or VISN 15 pharmacies within 3 business days of submission Contractor shall comply with all REMS safety requirements 100% Review of faxed or emailed shipping confirmation Positive Past Performance 3 Contractor maintains certifications required for REMS specialty pharmacies, Contractor shall furnish copies of REMS certifications, proof of delivery (POD) and invoice documents 100% Validated receipt of certificates and/or documents Positive Past Performance SECURITY REQUIREMENTS Information Systems Officer, Information Protection: The contractor will not have access to VA desktop or laptop computers, nor will they have access to online resources belonging to the government while conducting services or providing products. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. PRIVACY OFFICER: The contractor will have access to protected Patient Health Information (PHI), but it will not have the capability of accessing patient information during the services provided to the VA. Any questions from either party about the medication order will use two patient identifiers to confirm the correct patient for that medication prior to any conversation taking place. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided (including billable units for the amount of medication utilized for each individual patient) Period Supply or Service Provided Total Amount Due Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP Payment will be completed by invoicing from each facility by assigned PO# on awarded DO for base year and every exercised option year. TERMINATION FOR CONVENIENCE In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 11. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. GENERAL ADMINISTRATION POINTS OF CONTACT (POCs). The vendor will contact the POC to schedule delivery of medication identified for delivery to a VISN 15 facility pharmacy; upon arrival, the vendor will contact the POC. The vendor will send proof of delivery to the ordering pharmacy s POC listed below within 3 business days of delivery. Facility Name POC E-Mail Address VISN 15 589 Kansas City, MO VHAKANPHARMPROCUREMENT@VA.GOV VISN 15 589A4 Columbia, MO Jennifer.Luebbering@va.gov VISN 15 589A5 Topeka, KS Cody.Pierce@va.gov Taylor.Lee1@va.gov VISN 15 589A6 Leavenworth, KS Danielle.Bullock@va.gov Heather.Kermashek@va.gov VISN 15 589A7 Wichita, KS Beonca.Young@va.gov VISN 15 657 St. Louis, MO J. Cochran Jeffrey.Baumann2@va.gov VISN 15 657 St. Louis, MO J. Barracks Bailey.Weber@va.gov VISN 15 657A4 Poplar Bluff, MO Alicia.Heuiser@va.gov Ashley.Cochran5@va.gov VISN 15 657GH Cape Girardeau, MO Alicia.Heuiser@va.gov Ashley.Cochran5@va.gov VISN 15 657A5 Marion, IL Timothy.Barton2@va.gov John.Hays@va.gov Karlie.Williams1@va.gov VISN 15 657GJ Evansville IN Timothy.Barton2@va.gov John.Hays@va.gov Sharon.Lamb@va.gov CONTRACTING OFFICERS OF RECORD (CORs). Facility Name COR E-Mail Address VISN 15 589 Kansas City, MO Stephen.LaCerte@va.gov VISN 15 589A4 Columbia, MO Carlton.Foust@va.gov VISN 15 589A5 Topeka, KS sent IM Gregory.Burger@va.gov VISN 15 589A6 Leavenworth, KS sent IM Gregory.Burger@va.gov VISN 15 589A7 Wichita, KS Anna.Johnson1@va.gov VISN 15 657 St. Louis, MO J. Cochran Jerry.Flowers1@va.gov VISN 15 657A0 St. Louis, MO J. Barracks Jerry.Flowers1@va.gov VISN 15 657A4 Poplar Bluff, MO Jeanne.Schoonover@va.gov VISN 15 657GH Cape Girardeau, MO Jeanne.Schoonover@va.gov VISN 15 657A5 Marion, IL Timothy.Barton2@va.gov VISN 15 657GJ Evansville IN Timothy.Barton2@va.gov CONTRACT ADMINISTRATION DATA. All contract administration functions will be retained by the Department of Veterans Affairs. The Contracting Officer will be 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 will be authorized to make commitments or issue changes that affect price, 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 unauthorized and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. NON-PERSONAL SERVICES. This is a non-personal services contract. Personnel rendering services under this contract are not subject either by the contract s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the government and its employees. The Government shall not exercise any supervision or control over the contract service providers performing services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. HOURS OF OPERATIONS. Business hours: Monday through Friday, 8:00 a.m. 4:30 p.m. National Holidays: The holidays observed by the Federal Government are: New Year s Day; Martin Luther King s Birthday; Presidents Day; Memorial Day; Juneteenth National Independence Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving; Christmas; and Any other observed Federal holiday. CONTRACT PERFORMANCE MONITORING. The COR(s) and Subject Matter Experts (SMEs) may perform surveillance of services by any of the methods listed below: Observing actual performance Inspecting the services to determine whether the performance meets the performance standards Review of any other appropriate records When unacceptable performance occurs, the POC shall inform the Contractor and the Contracting Officer. This will normally be in writing unless circumstances necessitate verbal communication. In any case, the POC shall document the discussion and place it in the POC file. When the POC determines that formal written communication is required, the POC shall prepare a Contract Discrepancy Report (CDR) and present it to the contractor program manager. The Contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the Contractor is required to prepare a corrective action plan to document how the Contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the Contractor must present this corrective action plan to the POC. The Government shall review the Contractor corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the Contracting Officer. Pursuant to VAAR Provision 852.270-1, Representatives of Contracting Officer representative(s); The Government shall periodically evaluate the Contractor performance by appointing a POC to monitor performance to ensure services are received. The Government representative(s) shall evaluate the Contractor performance through inspections of observations, inspection of services or any other form of documentation and all complaints from VA personnel. The Government may inspect as each task is completed or increase the number of quality assurance inspections if deemed appropriate because of repeated failures or because of repeated customer complaints. Likewise, the Government may decrease the number of quality assurance inspections if performance dictates. The Government Contracting Officer shall make final determination of the validity of customer complaint(s). If any of the services do not conform to contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, the Government may require the Contractor to take necessary action to ensure that future performance conforms to contract requirements at no additional cost to the Government. Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements at no additional cost to the Government. CONTRACT SECURITY. Contractors are limited in their request for logical or physical access to VA information or VA information systems for their employees, subcontractors, third parties and business associates to the extent necessary to perform the services or provide the goods as specified in the contracts, agreements, task, delivery or purchase orders. All Contractors, subcontractors, third parties, and business associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors to access VA information and VA information systems shall be in accordance with VA Directive and Handbook 0710, Personnel Security and Suitability Program. Contractors, subcontractors, third parties, and business associates who require access to national security programs must have a valid security clearance. HIPAA Business Associate Agreement requirement. Contractors shall enter into a Business Associate...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f5cbc88d6a9340d1ab78f31987168385/view)
 
Place of Performance
Address: VISN 15 VAMCs for the following: Columbia, Poplar Bluff, Marion, St. Louis Leavenworth, Wichita, Kansas City, Kansas City 64128
Zip Code: 64128
 
Record
SN07670709-F 20251220/251218230044 (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.