Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
SOLICITATION NOTICE

R -- Pharamacist

Notice Date
6/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, MD, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
Reference-Number-78806
 
Response Due
6/29/2006
 
Archive Date
7/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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. The solicitation number for this acquisition is RFQ 78812 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This acquisition will be processed under Simplified Acquisition Procedures. This is a small-business set-aside. The associated North American Industry Classification System (NAICS) Code is 813920. The National Institutes of Health Clinical Center intends on negotiating on a sole source basis with Mr. Kevin C. Marvin, 1 Burlington VT 05401 for Pharmaceutical services under authority FAR 6.302 for a Pharmacist. The contractor shall be responsible for the following services in conjunction with this acquisition. The contractor will be a pharmacist with expertise and previous experience in implementation of hospital and/or hospital pharmacy information systems. The contractor will have demonstrated IT project management skills and be familiar with project management concepts and methodologies as described by the Project Management Institute (PMI). http://www.pmi.org/info/default.asp The contractor, working closely with the Chief, Pharmacy Department, the Clinical Center Department of Clinical Research Information (DCRI) Project Management Office (PMO) and the CRIS Project Management team will perform the following tasks: Project Management: Provide full service project management for the design, build, implementation, training and post go-live activities following DCRI PMO methodology for the Pharmacy Medication Management Module. Plan, organize, monitor and oversee the Pharmacy Medication Module to meet defined requirements and specifications. Primary responsibility for defining, planning, tracking and managing the project, for identifying key resources and providing the direction they require in order to meet the project objectives. Ensure the appropriate management, staff, and contractor and vendor involvement throughout the life of the project. This will include both clinical and technical staff. Facilitate all project meetings. Carefully manage project scope to meet objectives set by earned value management milestones. Coach to clarify assignments and deliverables. Manage and communicate a clear vision of the project objectives and motivate the team to achieve them. Organize the work to manageable activity clusters (phases) and determine an effective approach to completing the work. Prepare and maintain project plan and obtain management approval on a regular basis with clear, concise communication about resource utilization. Provide administrative officer monthly reports for resource utilization for earned value management. Analyze risks, establish contingency plans and identify trigger events and responsibility for initiating mitigation activities. Responsible for project problem/issue identification and resolutions. Track and report on progress to plan, cost and schedule as well as change control. Analyze the actual performance against the plan and make adjustments consistent with the plan objectives. Manage relationships with vendor, stakeholders, contractors and project team. Manage change to preserve plan commitments and initiate review if objectives must change. Establish and communicate clear priorities among project activities. Maintain an on-going list of requirements and tasks that are out of scope for follow-on project work post implementation. Establish project performance measures with team, ensure that baseline data is gathered and that as milestones are achieved that performance goals are updated. Arbitrate and resolve conflict and problems within the project. Ensure all project documentation is completed throughout the life of the project. Effectively coordinate the activities of the team to meet project milestones. Represents project in meetings to ensure priorities are communicated and understood and those progress/delays/issues are reported. Determines what constitutes successful closure for all parties and gain acceptance and sign-off when closure is attained. Technical: Coordination of the following activities as per the project plan: Ensure validation of commercial drug formulary in SMM (Sunrise Medication Manager) Ensure validation of investigational drug formulary in SMM. Coordinate modification of Pharmacy order templates (inpatient and outpatient) between SCM core system and SMM. Provide recommendations for allergy and drug interaction warning functionality. Coordinate testing of all Pharmacy-related SMM and SCM functionality. Provide additional technical support as necessary to keep project on track and within budget and scope. Training: Plan, organize, monitor and oversee all training activities for the Pharmacy SMM to meet defined requirements and specifications. Primary responsibility for defining, planning, tracking and managing content and development of Pharmacy-specific training materials for SMM. Coordinate and provide Pharmacy System staff training for CRIS. Manage and track attainment of specific training competencies for pharmacy staff to ensure smooth system implementation. Ensure training materials are provided for post go-live training needs. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However all responses received no later than the closing date of this announcement will be considered by the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will award a fixed price purchase order for a basic period of 12-month with (1) one option period to the responsible contractor. All offerors should include the total costs for the 24 month period in their cost proposal to reflect the entire period of performance. The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions ? Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); This purchase order shall be for a basic contract period of 24 months. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company?s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; The following factors shall be used to evaluate offers Evaluation Criteria: The offeror shall be evaluated based on the following criteria: Award will be based on best value to the Government, technical and price factors considered. Price will be evaluated on the likelihood of project success based on the level of resources. Professional Qualifications The staff proposed has demonstrated knowledge and substantial experience in working with the implementation of a computerized pharmacy system The staff proposed has demonstration knowledge and substantial experience in providing end-user training to staff pharmacists The staff proposed has demonstrated and extensive knowledge in providing IT development/support services in a healthcare clinical environment. A clinical research environment is preferred The staff proposed has extensive experience in leading software development teams in a clinical environment. A clinical research environment is preferred. Qualifications indicate that staff has considerable experience in successfully overseeing and conducting tasks and activities throughout the life-cycle of the project The methods proposed for monitoring performance and progress are adequate for a project of the scope as proposed. Task Management and Technical Approach The proposed technical approach will ensure the highest quality of operations and fully support the goals and objectives of the project as described in the statement of work The approach allows for adequate flexibility as will likely be necessary given the size and scope of the multiple activities involved. The proposed methods represent state-of-the-art approaches that will maximize the potential for success. The proposal demonstrates methodologically sound approaches for conducting all necessary activities under the tight time frame and for accomplishing the goals of the NIH Clinical Center. Utilization of the Project Management Institute (PMI) project management methodology is preferred. Past performance This item refers to the contractor?s performance of similar tasks in previous contract or employment efforts. These contracts must be completed within the past three (2) years or currently in progress for services similar to the requirements of this statement of work. Cost This item refers to the cost of the services. Cost will be evaluated on the likelihood of project success based on the level of resources. Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the best value to the Government technical and price factors considered. Price will be evaluated on the possibility of project success based on the level of resources (i.e. labor and materials) described in the Offeror?s business proposal. The anticipated award date for this requirement shall be on ___August 1, 2006. Offers must be submitted no later than __June 15, 2006 to__June 29, and 2006_. 2006 Eastern Standard Time 5:00 p.m. Place of Delivery for the required services: National Institutes of Health, 6707 Democracy Blvd, Ste 950, Bethesda, MD 20892. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee. Collect calls will not be accepted. All questions should be email only to amcgee@cc.nih.gov. Please provide 2 copies for this proposal.
 
Place of Performance
Address: National Institutes of Health, 6707 Democracy Blvd, Ste, 950, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN01070460-W 20060617/060615220733 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.