Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2007 FBO #1866
SOLICITATION NOTICE

Q -- WALL TO WALL PHARMACY INVENTORY FOR VISN 6 DEPARTMENT OF VETERANS AFFAIRS PHARMACY SERIVCES

Notice Date
12/13/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA-246-07-RQ-0026
 
Response Due
1/5/2006
 
Archive Date
2/4/2007
 
Point of Contact
MARCHELLE PEYTON, CONTRACTING OFFICER 100 EMACIPATION DR. HAMPTON, VA 23667
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotation (RFQ). The solicitation number is RFQ # VA-246-07-RQ-0026. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. This procurement is a small business set aside. The NAICS code is 561990 and the small business size standard is $6.0M. The VISN 6 Centralized Acquisition Service, in Support of all 8 VA Medical Centers and one Satellite Clinic within VISN 6, intends to solicit quotations and award a firm fixed price contract to the one offeror whose quotation meets the requirements of this solicitation. Quotations are due by January 5, 2007 at 4:30 p.m., local time. Contractor shall provide all necessary labor, tools, equipment, materials and supervision to conduct a one time wall-to-wall inventory for the pharmacy facilities located at the VHA facilities located in the cities of Asheville, North Carolina, 1100 Tunnel Road, Asheville, NC 28805 ; Beckley, West Virginia, 200 Veterans Ave, Beckley, WV 25801; Durham, North Carolina; 508 Fulton Street, Durham, NC 27705; Fayetteville, North Carolina; 2300 Ramsey Street, Fayetteville, NC 28301; Hampton, Virginia; 100 Emancipation Drive, Hampton, VA 23667; Richmond, Virginia; 1201 Broad Rock Blvd, Richmond, VA 23249; Salem, Virginia; 1970 Brenner Ave, Salem, VA 24153; Salisbury, North Carolina; 1601 Brenner Ave, Salisbury, NC 28144; and Winston-Salem, North Carolina Outpatient Clinic, 190 Kimel Park Drive, Winston-Salem, NC 27103.The contractor is to provide the following: 1. A wall-to-wall inventory, to include items and areas, as follows:(a) Items in the Inpatient Pharmacy automated machines WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (b) Items in the Outpatient Pharmacy automated machines (Baker cells, Optifill, Scriptpro, etc.)WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (c) Items in the Inpatient and Nursing Home Pharmacies automated machines WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports.(d) 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.(e) Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle.(f) Unit dose PRE-PACKED items WILL be counted (these are individual doses or small strip-packages of individual doses).(g)Items in the Emergency Pharmaceutical Cache WILL NOT be counted.(h) Prosthetic items in unopened containers with a cost over $500.00 WILL be counted and the pricing data will be provided by the respective facility. Items in question are located at the Outpatient locations only.(i) Controlled substances will be counted by the Pharmacy personnel only. However, the contractor will be provided the data by the Pharmacy department so the data can be included within the required reports. 2) A report for each pharmacy inventoried (total of 9) shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services no later than 7 days after inventory is conducted. 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. Contracted inventory service provider will be provided the prime vendors (McKesson, Inc.) pricing data by the respective facility. The report must be provided in a format that is compatible with or easily transferable to Microsoft Excel (Microsoft office 2000 or 2003 version). All contractor personnel to be utilized in the performance of the contract shall be U.S. citizens and must have passed a drug test within the last year. Drug test results must be provided at time of award. The contractor must adhere to all VA security requirements. Note that the inventory service shall be performed in accordance with all applicable federal, state, and local regulations, commercial standards, and JCAHO requirements.. The inventory is to take place during the hours of 8am to 4:30pm, Mon. thru Fri or as determined by the Chief of Pharmacy at the site. A site visit is available (but not mandatory) at the contractor's expense prior to submission of offer, by appointment only. Site visits may be scheduled by contacting the Contracting Officer at 757-728-7013. Requests for site visits must be received no later than December 19, 2006 at 4:30 p.m., local time and all visits must be completed by December 29, 2006 at 4:30 p.m., local time. Only general information will be provided during site visits. All questions that arise during the site visit and all technical questions regarding this solicitation should be submitted to the Contracting Officer in writing no later than December 29, 2006. Questions may be sent via facsimile at 757-728-7013 or by e-mail to marchelle.peyton@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. 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. Quotations shall be submitted on an "all or none" basis and be valid for 60 days. Quotations must be all inclusive and shall be priced per facility for a wall-to-wall inventory. Partial quotations will be rejected. Quotations shall include the following: 1) All inclusive price per facility; 2) Implementation Plan to include timelines addressing contract start and completion dates; 3) Copy of the company literature that explains their modality for providing wall to wall inventory; 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.; provide qualifications of personnel to be utilized in the performance of the inventory; proof of liability insurance; list of contractor personnel to be utilized in the performance of the contract; and describe quality assurance monitors that will be in place during contract performance; 4) 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. Include the following for each past performance reference (a) 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 and (5) The required information in 52.212-1 and 52.212- 3. The following provisions and clauses apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section b (11-15)(24),Section c (1-2). Addendum to 52.212-4,52.224-1, Privacy Act Notification, 52.224-2, Privacy Act, 52.228-5, Insurance-Work on a Government Installation, 52.232.18 Availability of Funds, 52.233-2 Service of Protest, 852.233-70, Protest Content, 852.233-71, Alternative Protest Procedure, 852.270-1 Representatives of Contracting Officers, 852.270-4, Commercial Advertising, The Service Contract Act is applicable and the following Wage Determinations are in effect for this acquisition: Nos. 05-2545 dated 9/29/06, 05-2391 dated 11/21/06, 05-2543 dated 8/28/06, 05-2393 dated 9/12/06, 05-2523 dated 8/28/06, 05-2397 dated 11/27/06, 05-2389 dated 9/27/06, 05-2401 dated 9/27/06 and 05-2547 dated 9/20/06. The following factors shall be used to evaluate (1) Technical Capability; (2) Past Performance; (3) Price. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotations shall be submitted to the address listed herein by January 5, 2007 at 4:30 p.m. local time, and directed to the attention of Marchelle Peyton. Offeror desiring to obtain copies of the referenced provisions and clauses will find them available on the internet at http://www.arnet.gov/far and http://www.va.gov/oa&mm/varr/ or send a facsimile request to the contracting officer at 757-728-3132. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-JAN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA-246-07-RQ-0026/listing.html)
 
Record
SN01204908-F 20070105/070103221437 (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  © 1994-2020, Loren Data Corp.