Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2007 FBO #1889
MODIFICATION

H -- Pharmacy Inventories

Notice Date
1/26/2007
 
Notice Type
Modification
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville OH 44141
 
ZIP Code
44141
 
Solicitation Number
VA-541-07-RP-0093
 
Response Due
2/6/2007
 
Archive Date
3/8/2007
 
Point of Contact
Jonathan Jewel Contracting Specialist , Intern Fax:440-838-6052
 
E-Mail Address
Email your questions to work
(jonathan.jewel@va.gov)
 
Small Business Set-Aside
Total Small Business
 
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; quotations are being requested and a written solicitation will not be issued. Solicitation VA-541-07-RP-0093 is issued as a Request For Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars (FAC) 2005-15. This is a 100% small business set aside procurement for commercial items under the North American Industry Classification System (NAICS) Code 541614 and a Business Size Standard of $6.5 million per annum. The Department of Veterans Affairs, VISN 10, Ohio is contracting for a company to provide a one time wall-to-wall inventory for the pharmacy facilities located at the VHA organizations located in the cities of Cleveland, Brecksville, Dayton, Cincinnati, and Ft. Thomas KY. The wall-to-wall inventory will be conducted at 12 locations around these cities. The contract period will be date of award through February 28, 2007 with four (4) additional option years. Technical merit and past performance will be considered significantly greater than price. The award may 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, Mon. thru Fri., February 19th thru 23, 2007 unless specified otherwise by the facility. A pre-award walk-thru is available at the contractor's own expense. The walk-thru is scheduled for all locations January 29, 2007 thru February 2, 2007 for all pharmacy locations, by appointment only. To schedule a walk-thru appointment please contact the pharmacy point of contact as follows; for Cleveland/Brecksville is Maurice Jones at 216-791-3800 ext. 5453, for Dayton Stanley Erk at 937-268-6511, for Cincinnati/Ft. Thomas KY is Ginny Creasman at 937-268-6511 ext. 2244. A walk-thru of the Pharmacy is not mandatory and VHA, VISN 10 representatives are not qualified to discuss contract questions with potential offerors. It is highly advised to contact the Contracting Officer once an appointment has been made. 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. VHA, VISN 10 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 Jonathan Jewel, Administrative Contracting Officer, 440-526-3030 X7455. 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). The government reserves the right for a multiple award. CONTRACT REQUIREMENTS: The Chief of Pharmacy Services, Pharmacy Supervisors or assigned designees, the contracted inventory service provider will perform and supervise 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: Louis Stokes VA Medical Center Cleveland: (1) The Pharmacy locations will include the following facilities: Wade Park Medical Center(WP), 10701 E. Blvd, Cleveland, Oh 44106, Inpatient and Outpatient pharmacies; Brecksville Medical Center (BV), 10000 Brecksville Rd, Brecksville, Oh 44141,Inpatient and Outpatient pharmacies; Canton CBOC, 733 Market Ave South, Canton, Oh 44702; Akron VA Outpatient Clinic, 55 West Waterloo, Akron, Oh 44319; Youngstown CBOC, 2031 Belmont Ave, Youngstown, Oh 44505; Lorain CBOC, 205 West 20th street, Lorain, Oh 44052. (2) Items in the Inpatient Pharmacies (WP and BV) 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 (WP and BV) Baker APS machines (Baker cells and Autoscript II or Parata 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) Contracted inventory service provider will provide a report for each pharmacy inventoried (eight (8) total) within seven (7) 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 provided in a format that is compatible with or easily transferable to Microsoft Excel (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 February 28, 2007. The reports shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services. (5) 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 for Akron, BV, Canton, Lorain and Youngstown pharmacies; 8:00 - 7:00 PM Mon-Fri and 8:00 AM -4:30 PM Saturdays for BV Inpatient Pharmacy and WP Outpatient Pharmacy, and 24 hours per day, seven days per week for the WP Inpatient Pharmacy. (6) Bulk Intravenous solutions WILL BE counted. Bulk IV solutions are located at the WP and BV Inpatient locations only. The contractor will be provided the pricing data by the Pharmacy department so the data can be included within the required reports. (7) Controlled substances at each site WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. VA Medical Center Dayton: (1)The Pharmacy locations will include the following facilities: Dayton VAMC, 4100 E. Third Street, Dayton, Oh 45428, Inpatient, Outpatient and Nursing Home pharmacies; Lima CBOC, 1303 Bellefontaine Ave., Lima, Oh 45804; Middletown CBOC, 675 North University Blvd., Middletown, Oh 45042; and Springfield CBOC, 512 S. Burnett Rd., Springfield, Oh 45505. (2) Items in the Inpatient and Nursing Home Pharmacies Safety Pak 350 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 Pharmacy Baker machine 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) Contracted inventory service provider will provide a report for each pharmacy inventoried (six (6) total) within seven (7) 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 provided in a format that is compatible with or easily transferable to Microsoft Excel (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 February 28, 2007. The reports shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services. (5) 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 for each pharmacy site. (6) Bulk Intravenous solutions WILL BE counted. Bulk IV solutions are located at the Dayton Inpatient location only. The contractor will be provided the pricing data by the Pharmacy department so the data can be included within the required reports. VA Medical Center Cincinnati: (1)The Pharmacy locations will include the following facilities: Cincinnati VAMC, 3200 Vine St., Cincinnati, Oh 45220, Inpatient and Outpatient pharmacies; 1000 South Ft. Thomas Ave., Ft. Thomas, KY 41075, Nursing Home Unit Pharmacy. (2) Items in the Inpatient and Nursing Home Pharmacies ATC Profile machines WILL be counted. Items in the Outpatient Automated Scriptpro Equipment WILL be counted. Items already present in the Omnicells on an outpatient basis will not 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 Pharmacy Baker machine 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) Contracted inventory service provider will provide a report for each pharmacy inventoried (three (3) total) within seven (7) 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 provided in a format that is compatible with or easily transferable to Microsoft Excel (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 February 28, 2007. The reports shall be on CD or sent as an e-mail attachment to the Chief of Pharmacy Services. (5) 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. for each pharmacy site except the Nursing Home Care Unit(NHCU). The NHCU should be counted on the weekend. (6) Controlled substances at each site WILL be counted. The Pharmacy department will provide the contractor with the data so the data can be included within the required reports. (7) Bulk Intravenous solutions WILL BE counted. Bulk IV solutions are located at the Cincinnati Inpatient location only. The contractor will be provided the pricing data by the Pharmacy department so the data can be included within the required reports. Identical requirements among each facility: (1) Opened bottles of medication other than what is used for compounding must be estimated to the nearest tenth (10th) of a bottle. (2) 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. (3) Contracted inventory service provider will be provided the primary vendors (McKesson, Inc.) pricing data by the respective facility. (4) 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. (5) Opened containers of medications and chemicals for compounding non-sterile products WILL NOT be counted. Full bottles of medications will be put on shelves with regular stock. (6) Unit dose PRE-PACKED items WILL NOT be counted (these are individual doses or small strip-packages of individual doses). (7) Items in the Emergency Pharmaceutical Cache WILL NOT be counted. (8) 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. 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. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applied to this acquisition, delete paragraph (e) of the standard provisions. The following addendum 52.233-2 Service of Protest (see paragraph below), VAR 852.233-70 Protest Content, VAR 852.233-71 Alternate Protest Procedures, and VAR 852.270-1 Representatives of Contracting Officers apply to the provisions. Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jonathan Jewel, Louis Stokes VAMC, 10000 Brecksville Rd, Brecksville, OH 44141. 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: 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 and are stated in descending level of importance: (1) Technical Capability, (2) Past Performance, and (3) Price. EVALUATION CRITERIA: (1) TECHNICAL CAPABILITY (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. 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. (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 significantly more important than price. NOTE: The Government reserves the right to award without discussions; therefore submit you're most favorable terms with your quote. 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. Small businesses, especially veteran-owned and service-disabled veteran owned small businesses, are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their proposal. The website address for the location of the nearest PTAC is http://www.sellingtothegovernment.net. 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. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has complete the annual representations and certification electronically at http://orca.bnp.gov. 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); 52.217-9 (The government may extend the terms of the contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the government to an extension; 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: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 52.222-39, 52.225-3, 52.225-13, 52.232-34, 52-222-41, 52.222-42 ( Employee Class; 0661 Pharmacy Technician, Wage Equivalent G.S. 3/6), 52.222-43 . 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. 05-2415/revision No 03 dated 10/05/2006. Offeror shall submit all technical questions regarding this solicitation to the Administrative Contracting Officer in writing, no later than February 2, 2007. Questions may be sent via facsimile at 440-838-6052 or by e-mail to jonathan.jewel@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, 4:30 pm EST., local time, February 6, 2007 by email, mail or fax. 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
Cleveland VAMC Homepage
(http://vaww.cleveland.med.va.gov/)
 
Place of Performance
Address: 12 Different Locations Around;Cleveland;Dayton;Cincinnati
Zip Code: multi
Country: USA
 
Record
SN01219916-W 20070128/070126220529 (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.