Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2005 FBO #1252
SOLICITATION NOTICE

R -- Wall-to-Wall Pharmacy Inventory

Notice Date
4/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 4100 West Third Street, Dayton, Ohio 45428
 
ZIP Code
45428
 
Solicitation Number
552-19-05
 
Response Due
5/12/2005
 
Archive Date
6/11/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation 552-19-05 is issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2001-25. This is an unrestricted procurement for commercial items under the North American Industry Classification System (NAICS) Code 561990 and a Business Size Standard of $6.0 million per annum. The Dayton VA Medical Center of the Department of Veterans Affairs, Dayton, Ohio is contracting for a company to provide a one time wall-to-wall inventory for the Pharmacy Department to include their six (6) pharmacies and associated storage areas at four (4) different locations. The contract period will be date of award through May 20, 2005. The RFQ stated that technical merit and past performance would be considered greater than price and that the solicitation will be issued to other than the vendor submitting the lowest priced, technically acceptable quotation. The inventory will take place during the hours of 8am to 4:30pm, Monday thru Friday. A pre-award walk-thru is available at the contractor_s own expense be by appointment only. A walk-thru of the Pharmacy is not mandatory and Dayton VAMC representatives are not qualified to discuss contract questions with potential offerors. The prime contractor and if there is a subcontractor must attend together. Any assumptions made as a result of the walk-thru must be identified in writing to the Contracting Officer. The VAMC will not pay for any expense associated with making a site visit. Synopsis/solicitations and any amendments should be downloaded from the Internet. POC is Samuel S. Tahmoush, contracting officer, 937-262-2120. Bidders shall thoroughly review the specifications and be familiar with the area of coverage prior to submitting their bid in order to be fully aware of the supplies and/or services as outlined in the attached SCHEDULE (SUPPLIES OR SERVICES AND PRICE/COSTS). CONTRACT REQUIREMENTS: Under the supervision of the Chief of Pharmacy Services, Pharmacy Supervisors or assigned designees, the contracted inventory service provider will perform a wall-to-wall inventory regarding the medications located in storage, automated medication dispensing equipment, and other areas deemed necessary by supervision to complete the inventory, which shall include, but may not be limited to the following: (1) The Pharmacy locations will include the following facilities: Dayton VA Medical Center, 4100 West Third ST, Dayton, Ohio 45428, Inpatient and Outpatient pharmacies and Nursing Home pharmacy; Outpatient pharmacies; Lima, Ohio, Middletown, Ohio and Springfield, Ohio. (2) Items in the Inpatient Pharmacies OS-PAC machines WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (3) Items in the Outpatient Pharmacies Baker APS machines (Baker cells and Autoscript II robot canisters WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (4) Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. (5) Controlled substances will be counted by the Pharmacy personnel only. The contractor will be provided the data by the Pharmacy department so the data can be included within the required reports. (6) Contracted inventory service provider will be provided the primary vendors (McKesson, Inc.) pricing data by the VAMC. (7) Contractor needs to provide all of the equipment deemed necessary to properly complete task i.e., hand held scanners, computers, software to run required reports, etc. at the contractors own expense. (8) Contracted inventory service provider will provide a report for each pharmacy inventoried (six (6) total) within two (2) days of the inventory. Each report will contain all items inventoried with the following data: i.e., 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 done in excel format using i.e., (Microsoft office 2000 or 2003 version). A report will be done for each pharmacy also; a consolidated report that contains all of the data collected will need to be done as well. The required reports must be received by May 24 th, 2005. The reports shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services. (9) Each inventory must be completed the day the inventory was started and within the normal business hours. The hours are Monday thru Friday 8am to 4:30pm. (10) Opened containers of medications and chemicals for compounding non-sterile products (11) Unit dose PRE-PACKED items WILL NOT be counted (these are individual doses or small strip-packages of individual doses). (12) Items in the Emergency Pharmaceutical Cache WILL NOT be counted. (13) Prosthetic items with a cost over five hundred (500.00) dollars WILL BE counted and the pricing data will be provided by VA. (14) Bulk Intravenous solutions WILL BE counted. The contractor will be provided the pricing data by the Pharmacy department so the data can be included within the required reports. The VA Medical Center, via its Pharmacy Management, agrees to provide the contractor with prompt notice of all changes. The contractor shall coordinate with the VA Medical Center, Pharmacy Management for the scheduling of all the inventories. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (Far 52.212.2 Evaluation) See Below: EVALUATION FACTORS FOR AWARD: FAR 52.212.2 Evaluation _ Commercial Terms (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Capability, (2) Past Performance, and (3) Price. EVALUATION CRITERIA: (1) TECHNICAL CAPABILITY/EXPERIENCE (3 copies of documentation required), The Offeror shall provide a copy of the company literature that explains their procedures, price structure and service capabilities. The Offeror shall provide all of the equipment deemed necessary to properly complete task i.e., hand held scanners, computers, computer software to do the required reports, etc. The Offeror shall provide sufficient evidence to support the qualifications of the personnel anticipated to provide services. Contractor employees shall be citizens of the United States, performing work in the 48 contiguous states. The contractor who is awarded the contract must provide proof of liability insurance; workers compensation insurance and these documents must be submitted prior to award. Employees shall have passed a recent drug-screening test. Offeror shall provide documentation of the ability to begin performance upon completion of contract award and describe quality assurance monitors that will be in place during contract performance. (2) PAST PERFORMANCE (3 copies of documentation required): The Offeror shall provide a listing of all contracts performed within the past three years that are similar in nature and relevant to the efforts required by this solicitation. The Offeror shall furnish the following: (a) Customer (Government or Commercial) and point of contact to include name, address, telephone number, fax number and email address for each contact, (b) Service(s) provided including nature of contract, dollar value, etc., (c) Description or relevance and similarity to the effort required by this solicitation. PRICE: Offeror shall provide pricing as requested in the Schedule of Supplies/Services. Technical Capability and past performance, when combined, are greater to price. OPTIONS. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer_s specified expiration time, the Government may accept an offer (or part of an offer) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) and shall be submitted to Financial Management Systems, PO Box 149971, Austin, Texas 78714. Remittance address: payments under this contract shall be made to the address indicated in your quote. The provisions at FAR 52.212. -1, Instructions to Offerors-Commercial Items, applied to this acquisition with the following addendum to the provisions, delete paragraph e and h of the standard provisions. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The clause at 52.212.4 Contract Terms and Conditions_Commercial Items, applies to this acquisition, to include the following addendum to the clause; 52.217-8 (which provides that the Contracting Officer may exercise the option by written notice to the contractor within 30 days); 52.232-18, 52.232-19 (which provides that funds are not authorized past September 30, of any fiscal years, unless written authorization is received from the Contracting Officer) 52.233-3, VAAR clause 853.233-70, 852.233-71, 852.237-70, 852.270-1, 852.270-4. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders_Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alternate I, 52.225-13, 52.232-34, 52-222-41, 52.222-42. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mm/varr/. Offerors shall submit their quotation along with the completed copy of FAR 52.212.3 Offerors Representations and Certifications_Commercial Items. The Service Contract Act applies to this acquisition and the Wage Determination in effect for this acquisition is Wage Determination No. 1994-2415/revision No 26 dated 6/21/2004. Offeror shall submit all technical questions regarding this solicitation to the Contracting Officer in writing. Questions be sent via facsimile at 937-262-5974 or by e-mail to samuel.tahmoush@med.va.gov. Verbal questions will not be addressed. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Proposals are due no later than COB, 4:00 pm EST., local time, May 12, 2005 by mail only. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
 
Web Link
RFQ 552-19-05
(http://www.bos.oamm.va.gov/solicitation?number=552-19-05)
 
Place of Performance
Address: VAMC Dayton, Dayton, OH
Zip Code: 45428
Country: United States
 
Record
SN00798138-W 20050501/050429211747 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.