Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

Q -- Pharmacy Technician Services

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Justice, Bureau of Prisons, FBOP - Field Acquisition Office, U. S. Armed Forces Reserve Complex 346 Marine Forces Drive, Grand Prairie, TX, 75051
 
ZIP Code
75051
 
Solicitation Number
RFQ-60605-004-5
 
Response Due
7/22/2005
 
Archive Date
1/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Federal Bureau of Prisons, Field Acquisition Office, Grand Prairie, TX intends to make a single award for the provision of Pharmacy Technician services for inmates at the Department of Justice, Federal Bureau of Prisons, Medical Detention Center (MDC) Los Angeles, California. The North American Industry Classification System (NAICS) Code is 621399 (Size Standard: $6 million). The contractor shall be responsible for, but not limited to: Reading and interpreting prescriptions and medication orders written by medical staff, selection and retrieval of medications of correct strength and dosage form prescribed, transcribing prescription data to labels using typewriters or via computer system, preparing prescriptions for review by a Pharmacist or Physician prior to dispensing, and giving pertinent patient instructions when appropriate. Contractor will assist the Pharmacist in ensuring that only medications listed in the approved Bureau of Prisons Formulary are dispensed and will ensure that requests for Non-Formulary Medications are initiated and submitted to the BOP Chief Pharmacist for approval. Contractor should be proficient in maintaining adequate inventories of all medications and medical supplies and preparing the proper paperwork for replenishment of inventory, as well as maintaining an expiration date log to ensure that no outdated or expired stock remains in the inventory. Contractor will prepare recommended supply lists to orders pharmaceuticals, maintain the pharmacy areas in a clean and orderly fashion, maintain stock of appropriate forms utilized in the pharmacy department, and shall in the absence of the Pharmacist maintain the Pharmacy Operation, but they must have the Medical Officer review all prescriptions filled prior to dispensing to the inmate population. At a minimum, the contractor must have a medical/technical background obtained through education or on the job training in the Pharmaceutical or Medical field, and be a high school graduate or equivalent, with college in the sciences and mathematics being desirable. Contractor must have experience working as a Pharmacy Technician or other Pharmaceutical field, Medication Aide, Licensed Practical/Vocational Nurse for at least three years. Past correctional experience is desirable, but is not required. The contractor must specifically identify the individual that will be performing these services under any subsequent contract award. The contractor must provide proof that their candidate meets all qualifications. The candidate(s) name and qualifications must be submitted at the time the quote is submitted. Contractors must submit with their quote a resume, photocopies of documents evidencing education and training. All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. The contract periods will consist of a 12-month base period and four 12-month option periods for renewal. The schedule shall not exceed thirty (30) hours per week and normally consists of thirty (30) one (1) hour sessions per week, Monday through Friday (except Federal holidays), between the hours of 7:30 a.m. and 4:00 p.m., with a thirty (30) minute unpaid lunch period, (if applicable). The exact hours will be mutually agreed upon by the contractor and the COTR after contract award. The solicitation will be available on/about June 21, 2005 and will be distributed solely through this website. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to this solicitation. All future information concerning this acquisition, including the solicitation and any subsequent amendments, will be distributed through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition. The date for receipt of quotations is on/about July 22, 2005. Faith-Based and Community-Based Organizations have the right to submit offers equally with other organizations for contracts for which they are eligible. This solicitation is a total small business set-aside. All responsible small business concerns are encouraged to submit a quotation which may be considered. See Note 1.
 
Place of Performance
Address: Metropolitan Detention Center-Los Angeles, 535 N. Alameda St., Los Angeles, California
Zip Code: 50012
Country: USA
 
Record
SN00828582-W 20050615/050613211643 (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.