Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2009 FBO #2952
MODIFICATION

Q -- Virtual Inpatient Pharmacist

Notice Date
12/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
813920 — Professional Organizations
 
Contracting Office
VA Northern California Health Care System - Department of Veterans Affairs No. California Health Care System System
 
ZIP Code
00000
 
Solicitation Number
VA-261-10-RP-0071
 
Response Due
1/2/2010
 
Archive Date
3/3/2010
 
Point of Contact
eric.toliver@va.gov
 
E-Mail Address
Contracting Officer
(eric.toliver@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment amends estimated quantities to reflect an hourly rate, and not total orders. This combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, with additional information included in this notice, to this announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This solicitation is set aside for Small Businesses. The NAICS code is 813920, with a size standard of $7.0 million. The contract performance period will be for one year starting on or about February 1, 2010 through January 31, 2011, with a one-year option. Proposals will be considered only from offerors who are regularly established in the business called for and who are financially responsible. Offerors must have the necessary equipment and personnel to furnish services in the volume required, for all items specified under this contract. Successful offeror(s) shall meet all requirements of Federal, State and City codes regarding operation of this type of service or establishment. The contract personnel shall provide services in accordance with the terms, conditions and prices contained herein. Contract costs shall be all-inclusive, including but not limited to salaries, fringe benefits, vacation pay and malpractice expenses. Electronic, hand-delivered or properly mailed offers will be accepted. Faxed offers will not be accepted. Offers are due to eric.toliver@va.gov by NLT 3:00 p.m. on January 2, 2010. Offers must include a completed price schedule, curriculum vitae for each pharmacist, and a maximum of three contract references (with correct contact information). This will be a best value source selection using the evaluation factors of Technical, Past Performance, and Price. Curriculum vitae will be used for technical evaluation based on skill sets and experience. Contract references will be used for past performance and must be within the last three years (December 12, 2006). For information regarding the solicitation you can e-mail me at the above e-mail address or phone at (916) 923-4528. 1. Scope of Work: 1.1. The contractor shall provide Virtual Pharmacy Services to eligible in patient after normal hospital hours. Service will be performed off-site at the Contractors facility. 1.2. Background: Be a graduate of a degree program in pharmacy from an approved college or university. 2. Specific Contractor Tasks include: 2.1. Provide Virtual Pharmacist services to complete pending Inpatient, INT 5W, ED Clinic (ED Unit Days, ED Unit Evenings, ED Unit Nights, ED Unit Mental Health), Virtual Bed (ED Med, ED PSY, ED SCU, ED SUR) and CLC (Aspen, Boon, Cedar) orders (including those administered by the intravenous route). This includes the professional review and problem solving needed to assure safe appropriate medication processing. 2.1.1. Due to the criticality of this service, in addition to the primary virtual pharmacist(s) the Contractor shall have available for backup in the event of sickness, and etc. 2.1.2. Medication orders will be verified by pharmacist(s). 2.1.3. The pending orders queue (Pending/Non-Verified Orders) will be checked and processed every hour. Calls from each facility will be placed for emergency orders/consultation. Emergency orders will be processed as soon as possible and no later than 30 minutes of contact. 2.1.4. The Pharmacist will evaluate each prescription for drug interactions, contraindications, recorded drug allergies, appropriate doses/directions and will assure the final order will be understandable to the nurses administering the medication. Pending medication orders that do not meet the standards for completeness, restrictions, lacking clinical information and those requiring consults will be clarified with the prescriber prior to processing. 2.1.5. Using formulary information provided by the VA, Fresno, California, pharmacists will review pending orders and make efforts to utilize formulary agents. If efforts are not successful, the order will be processed and follow-up actions will be taken by each facility. 21.6. Access to the VISTA computer system is required and virtual pharmacists will have to meet all information security requirements as required by the Department of Veterans Affairs. 2.1.7. Pharmacists must have knowledge of the VA Formulary and VISTA computer system. Each pharmacist must also have a working knowledge of processing requirements for proper completion of medication orders and be competent in accessing CPRS to read notes, check labs, etc prior to completing prescriptions that have questionable doses, special needs, etc. 2.1.8. The VA will not provide laptops, computers or any electronic equipment to the virtual pharmacist services. However, appropriate access to VISTA and CPRS systems will be made available. 2.1.9. The work will be performed remotely. 2.1.10. VA sensitive data will not be stored on hard drives or a non-VA network. Drug Information and problem solving: No charge 2.1.11. Normal Duty Hours. Contractor shall provide virtual pharmacist services to after normal pharmacy hours. Normal pharmacy hours for VACCHCS: 7:00 A.M. to 10:00 P.M., Monday through Friday and 7:30 A.M. to 4:00 P.M. on Saturdays, Sundays, and Holidays. 2.1.12.The VA observes the following Federal Holidays: New Years Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 2.1.13.Vacation Leave/Absences shall be the responsibility of the contractor. Contractor shall coordinate leave/absences with the Contracting Officer's Technical Representative (COTR). 2.1.14. Standby Call Coverage: None. 3. Qualifications. The Contractor/Pharmacist shall: 3.1. The Contractor must be a graduate of a degree program in pharmacy from an approved college or university. 3.1.1. Be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. 3.1.2. Speaks and understands English proficiently 3.1.3 Provides evidence of current professional liability insurance 3.1.4 Provides names of most current employer(s) and two peer reference contacts 3.1.5 Be subject to a complete security background checks including fingerprinting 3.1.6 Provides all necessary documents to complete the Vetpro process. 3.1.7. Have a working knowledge of VISTA and CPRS and be able to process pending inpatient ward, virtual bed ward, ED Clinic, and Community Living Center (CLC) orders. Experience with VISTA and CPRS must have been gained within the last three (3) years. 3.1.8. Must have a working knowledge of VA formulary/restrictions and Criteria for use of non-formulary drugs at all VA sites. 3.1.9. Must provide own computer equipment and be readily available via telephone. 3.1.10. Must be a citizen of United States, or non citizen under H1B or J1 visas, or permanent resident alien. 3.1.11. The Contractor will review and assure the competency of each pharmacist on an annual basis. 4. Invoicing and Payment: 4.1. Payment made during all periods of performance of this agreement shall constitute the total cost for services rendered by the contractor, and shall not exceed the amounts specified in the "Schedule of Supplies and Services" without written request and the written approval from the Contracting Officer. 4.2. Invoices rendered by the contractor to VACCHCS for services furnished under this agreement, will be invoiced in full for each month in which services were performed. All payments made under this contract will be made monthly in arrears in accordance with FAR Clause 52.212-4. No advance payments will be authorized. Invoices shall be e-mailed to the COTR Nora Yang, Associate Chief of Inpatient Pharmacy, Medical Service Nora.Yang@va.gov. Physical mailing address is 2615 E. Clinton Ave, Fresno, CA 93703. 4.3. Invoices submitted will show the total hours worked and the amount of orders finished. All invoices applicable to this agreement must be submitted no later than thirty (30) days after the end of the contract period. Any problems regarding unpaid invoices should be directed to the Contracting Officer. 4.4. Invoices will be submitted for services, on an hourly basis. Increments of less than 15 minutes will be rounded to the nearest quarter-hour as follows: increments between 0-7 minutes shall be rounded down to the nearest quarter hour, and increments between 8-15 minutes will be rounded up to the nearest quarter hour. 4.5. At a minimum, each invoice must contain the following: Dates and total number of hours services were provided, name of contact pharmacist(s) who provided services, contract line item number (CLIN), quantity, unit, unit price, and total cost of services provided, contract number, and remittance address. All invoices must include the name, title and phone number of person to be notified in the event of defective invoicing. 4.6. All invoices must be submitted for actual hours worked by the contract pharmacist. Invoices submitted by individual pharmacist will not be processed. Invoices shall be submitted in accordance with, and at the prices specified in the continuation of SF Form 1449, Schedule of Supplies and Services of this agreement. 4.7. The payment for any leave, including sick leave or vacation time, is the responsibility of the contractor. Periods of any absences are not paid by the VA. 5. Estimated Quantities: 5.1 The quantities of orders specified in this agreement are estimates, based upon the projected workload during the period of performance. CLINDescriptionEstimated QuantitiesUnitUnit PriceExtended Price Base Period: February 1, 2010 through January 31, 2011 0001Provide Virtual Pharmacy Services for Approximately (75) Orders per Each Day of Coverage3278Hours$$ 0002Verification of Inpatient Orders in Excess of (75) per Each Day of Coverage1Each$$ 0003Additional Call Coverage1Each$$ CLINDescriptionEstimated QuantitiesUnitUnit PriceExtended Price Option Year One: February 1, 2011 through January 31, 2012 1001Provide Virtual Pharmacy Services for Approximately (75) Orders per Each Day of Coverage3278Hours$$ 1002Verification of Inpatient Orders in Excess of (75) per Each Day of Coverage1Each$$ 1003Additional Call Coverage1Each$$ 6. Contractor Business Integrity (CBI): a.Compliance and Business Integrity Training & Education-Contract (Revenue Cycle) Employees. (1)Awareness Training: Contractor employees shall complete initial compliance awareness training within 30 days of commencing work under this contract as well as complete annual compliance awareness refresher training. At a minimum, CBI, awareness training will include the following topics: (a) the revenue cycle, (b) seven elements of an effective compliance program, (c) definition of high risk areas, and (d) definition of any compliance concerns and how to address a compliance concern. This requirement can be fulfilled by completing the training module available via the following Internet site: http://www/visn21.med.va.gov/CBI.asp. (2)Remedial Training: When notified, contract employees must complete remedial training and education to address any detected compliance exceptions. (3)Proof of Training: When notified, contract employees must complete remedial training and education to address any detected compliance exceptions. 7. Contractor Signature of Purchase Order (Block 28 of Page 1): 7.1 In accordance with FAR 13.302-2, Obtaining Contractor Acceptance and Modifying Purchase Orders, when parties have signed this purchase order it becomes a binding bilateral firm-fixed price (FAR 16.202) contract, as defined at FAR 2.101. CONTRACT CLAUSES: FAR 52.204-7Central Contractor Registration (Apr 2008) FAR 52.204-9Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2009) For the purpose of this clause, items (b) 6, 10, 19, 21, 22, 23, 24, 27, and 40 are considered checked and apply FAR 52.216-18Ordering (Oct 1995) for the purpose of this clause insert: (October 1, 2009 through September 30, 2010) FAR 52-216-19Order Limitations (Oct 1995) For the purpose of this clause, the blanks are filled in as: (a) $100.00, (b)(1) $60,000.00, (b)(2) $60,000.00 (b)(3) 365 days, (d) five days FAR 52.216-22 Indefinite Quantity (Oct 1995) for the purposes of this clause insert (September 30, 2010) FAR 52.217-8 Option to Extend Services (Nov 1999) (Insert 30 days) FAR 52.217-9Option to Extend the Term of the Contract (Mar 2000) (Insert 30 days and 60 days) FAR 52.224-1Privacy Act Notification (Apr 1984) FAR 52.224-2Privacy Act (Apr 1984) FAR 52.233-1Disputes (July 2002) FAR 52.233-4Applicable Law for Breach Of Contract Claim (Oct 2004) FAR 52.237-2Protection of Government Building, Equipment, and Vegetation (Apr 1984) FAR 52.237-3Continuity of Services (Jan 1991) FAR 52.252-2Clauses Incorporated By Reference (Feb 1998) for the purposes of this clause, the blanks are filled in as http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm respectively. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.203-71Display of Department of Veterans Affairs Hotline Poster (Dec 1992) VAAR 852.216-70Estimated Quantities (Apr 1984) VAAR 852.237-7Indemnification and Medical Liability Insurance (Jan 2008) For the purpose of this clause, insert $1,000,000.00. VAAR 852.237-70 Contractor Responsibilities (Apr 1984) VAAR 852.271-70Nondiscrimination in Services Provided to Beneficiaries (Jan 2008) VAAR 852.273-75Security Requirements for Unclassified Information Technology Resources (Interim - Oct 2008) VAAR 852.273-76Electronic Invoice Submission (Interim - Oct 2008) SOLICITATION PROVISIONS: FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) FAR 52.212-2Evaluation-Commercial Items (Jan 1999) For the purpose of this clause, the blanks are filled in as: (a) Technical, Past Performance, and Price, and Technical and Past Performance when combined are considered significantly more important than Price FAR 52.212-3Offeror Representations and Certifications -- Commercial Items (Aug 2009): Offerors must include a completed copy of the provision with its offer FAR 52.216-1Type of Contract (Apr 1984) For the purpose of this clause, the blank is filled in as Firm Fixed Price, Indefinite Quantity. FAR 52.252-1Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the blanks are filled in as http://www.acquisition.gov/far/index.html and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm respectively VAAR 852.270-1Representatives of Contracting Officers (Jan 2008) VAAR 852.273-70Late Offers (Jan 2003) VAAR 852.273-74Award Without Exchanges (Jan 2003)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA-261-10-RP-0071/listing.html)
 
Record
SN02029807-W 20091224/091222235517-021b75bf6322f3b6be0526eef2ddc67b (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.