Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
MODIFICATION

Q -- Pharmacy Tech

Notice Date
2/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P4MD006A001
 
Archive Date
3/13/2010
 
Point of Contact
Clifford, Phone: 01638522165, Alan D Rose, Phone: 44 1638 52 1221
 
E-Mail Address
clifford.cruz@lakenheath.af.mil, alan.rose@lakenheath.af.mil
(clifford.cruz@lakenheath.af.mil, alan.rose@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: Document Type: Combined Synopsis/Solicitation Solicitation Number: F2P4MD0006A001 Posted Date: 11 February 2010 Original Response Date: 22 February 2010 Classification Code: 8062 - General Medical and Surgical Hospitals Set Aside: N/A NAICS Code: 622110 - General Medical and Surgical Hospitals Contracting Office Address Department of the Air Force, United States Air Force Europe. 48 CONS/LGCA - Lakenheath, RAF Lakenheath Unit 5070 Box 270 RAF Lakenheath, UK, 09461-0270. Description COMBINED SYNOPSIS/SOLICITATION - Pharmacy Tech I. 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; quotes are being requested and a written solicitation will not be issued. II. This solicitation, RFQ Ref. # F2P4MD0006A001, is issued as a request for quotation. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. IV. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code associated with this requirement is 622110 - General Medical and Surgical Hospitals. V. This combined synopsis/solicitation is for the following medical service: CLIN 0001 - Base Year- Pharmacy Technician- Services for a Medical Case Manager as outlined in the attached Performance Work Statement(PWS) Period of Performance: 1 Mar 2010 through 28 Feb 2011 Unit of Issue: Hours Quantity: 1,860 Price Per Unit:____________ Total Line Item Cost: ____________ CLIN 1001 - Option Year One (1) Pharmacy Technician- Services for a Medical Case Manager as outlined in the attached Performance Work Statement(PWS) Period of Performance: 1 Mar 2011 through 28 Feb 2012 Unit of Issue: Hours Quantity: 1,860 Price Per Unit:____________ Total Line Item Cost: ____________ CLIN 2001 - Option Year Two (2) Pharmacy Technician- Services for a Medical Case Manager as outlined in the attached Performance Work Statement(PWS) Period of Performance: 1 Mar 2012 through 28 Feb 2013 Unit of Issue: Hours Quantity: 1,860 Price Per Unit:____________ Total Line Item Cost: ____________ CLIN 3001 - Option Year Three (3) Pharmacy Technician- Services for a Medical Case Manager as outlined in the attached Performance Work Statement(PWS) Period of Performance: 1 Mar 2013 through 29 Feb 2014 Unit of Issue: Hours Quantity: 1,860 Price Per Unit:____________ Total Line Item Cost: ____________ CLIN 4001 - Option Year Four (4) Pharmacy Technician- Services for a Medical Case Manager as outlined in the attached Performance Work Statement(PWS) Period of Performance: 1 Mar 2014 through 28 Feb 2015 Unit of Issue: Hours Quantity: 1,860 Price Per Unit:____________ Total Line Item Cost: ____________ Total Cost:________________ VI. Description of requirements: Pharmacy Technician Service to be performed in accordance with (IAW) the attached PWS. VII. Delivery: Will be IAW period of performance listed in CLIN's 48th Medical Group Jennifer Mitchell Building 930 RAF Lakenheath IP27 9PN VIII. FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. Addenda to 52.212-1 INSTRUCTIONS TO OFFERORS 1.0 Minimum Qualifications 1.1 FORMAL EDUCATION. Offeror must submit documentation/diploma showing graduation from high school/secondary school or GED equivalent. 1.3 CERTIFICATION. Offeror shall have and provide a current certification as a Certified Pharmacy Technician (CPhT). 1.4 EXPERIENCE. Offeror shall provide documentation and references showing at least 1 year of full-time experience within the last 3 years in a setting corresponding to the requirements of the PWS. 1.5 OFFICE SKILLS. Offeror shall possess working knowledge of computers, specifically the Internet, Microsoft Word, Microsoft Access, Microsoft Excel, and Windows. It is highly desirable for offeror to have prior working experience the following areas: 1. Defense Medical Logistics Supply Standard (DMLSS) 2. National Contract Compliance Reports (NCCR) 3. US Army Medical Material Center (USAMMCE) inquire/ordering system 4. Cardinal Health System inquire/ordering system 5. Composite Health Care System (CHCS) Pharmacy/formulary maintenance module 6. Air Force High Dollar Program 7. EXP Drug Return computerized system 8. RMO PIMR (expense allocation system) 2.0 Security and Public Health Clearances 2.1 NATIONAL AGENCY CHECK (NAC). The offeror must have a current NAC to be eligible for contract award. Any offerors receiving unfavorable NACs or having no record of a NAC shall not be eligible for contract award. 2.2 PUBLIC HEALTH CLEARANCE. Offerors shall submit immunization records and physical health certification with their proposal. The records must show proof of immunization against Hepatitis A and B, Measles, Mumps, Rubella, Varicella and Influenza. The offeror shall also provide proof of negative TB skin test taken within the past 12 months. If the TB test was positive, submit proof of negative chest x-ray within the past 12 months. After start of work, the government will provide post blood borne exposure protocols according to applicable AFIs. The health certification shall state the date on which the physical examination was completed, the name of the doctor who performed the examination, and a statement concerning the physical health of the individual. The certification shall also contain the following statement: "(Name of contractor personnel) is suffering from no contagious diseases to include, but not limited to, Tuberculosis, Hepatitis A and B and HIV" 3. Interviews 3.1 Interviews may be required for this position. IX. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. 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: (i) technical capability to be able to meet the Government requirement; (ii) price. X. Offerors should include with their offers a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009). XI. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009), applies to this acquisition. XII. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Sep 2009) (Deviation). XIII. The following clauses are also applicable to this acquisition: 52.204-7 Central Contractor Registration 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas 2.228-5 Insurance - Work On A Government Installation 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.253-1 Computer Generated Forms 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.233-7001 Choice of Law (Overseas) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 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. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 years 3 months. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 5352.223-9001 Health and Safety on Government Installations. HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor access to Air Force installations. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AFFARS 5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary: Mr. David Jones HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany| Email: dave.jones@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate:Lt Col Paul Marks HQ USAFE/A7K, Unit 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: paul.marks@ramstein.af.mil Tel: (49)-6371-47-2026, Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. XIV. Defense Priorities and Allocations System (DPAS) assigned rating is: none. XV. Quotes are required to be received no later than 11:30 am EST, Eastern Standard Time or 4:30 pm GMT, Greenwich Mean Time, on Monday, February 22, 2010 and must include the following: Company name; address; phone numbers; itemized quote; technical specifications. All quotes should remain valid until 31 March 2010. Quotes should be emailed to clifford.cruz@us.af.mil XVI. Please direct any questions regarding this solicitation to: Clifford Cruz, Contracting Specialist, Phone (011) (44) 1638 52 2165, Email clifford.cruz@us.af.mil Troy Kenning, Contracting Officer, Phone (011) (44) 1638 52 1222, Email troy.kenning@lakenheath.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P4MD006A001/listing.html)
 
Place of Performance
Address: RAF Lakenheath, United Kingdom
 
Record
SN02077148-W 20100227/100226095355-1c156f5287f141b386f7e9648394b78e (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.