Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
MODIFICATION

R -- 100% Medication Inventory

Notice Date
12/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV12T0013
 
Response Due
12/13/2011
 
Archive Date
2/11/2012
 
Point of Contact
Barry Baxter, 270-798-8165
 
E-Mail Address
Southeast Regional Contracting Office
(barry.baxter@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation number is W91YTV-12-T-0013. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The North American Industry Classification System Code (NAICS) for this procurement is: 541614. This requirement is 100% Small Business Set-Aside. Blanchfield Army Community Hospital, Fort Campbell, Kentucky, has a requirement for the following: CLIN 0001: 1 each, 100% inventory of all non-controlled medication at Blanchfield Army Community Hospital, Fort Campbell, Kentucky. This includes Five (5) pharmacies: Main in/out-Patient, Lapointe Pharmacy, Gate 10 TMC, Town Center Pharmacy and Screaming Eagle Medical Home. All but one pharmacy is on post (Fort Campbell KY); Screaming Eagle Medical Home is off post and located at Gateway Medical Center, Bldg 1, 647 Dunlap Lane, Suite 301, Clarksville Tennessee 37040. Estimated approximate amount of inventory to be counted is $3,900,000.00. Quote must be all-inclusive of all cost for labor, travel and management, etc, to provide a 100% drug inventory that is able to calculate variances in purchases versus dispensing. (Required by MEDCOM AR 40-3). Inventory process shall be completed within 3-days. All contract staff auditors will have had a background check and be drug tested prior to their employment. Verification shall be provided to the COR. Quoted rate is to be all inclusive as no additional fees for deposits, travel, reporting, etc will be added. Counting supervisor is to be on site to monitor auditors during the course of the inventory. A list of all auditors' names shall be forwarded to the Contracting Officer's Representative 10 days prior to arrival so that access to Fort Campbell can be arranged/granted. All pharmaceuticals inventoried will be counted to the nearest tenth. All reporting will be left on site, hard copies and CDs will be mailed within 48 - 72 hours. Period of Performance: 1 December 2011 through 30 September 2012. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 1001: 1 each, 100% inventory of all non-controlled medication at Blanchfield Army Community Hospital, Fort Campbell, Kentucky. This includes Five (5) pharmacies: Main in/out-Patient, Lapointe Pharmacy, Gate 10 TMC, Town Center Pharmacy and Screaming Eagle Medical Home. All but one pharmacy is on post (Fort Campbell KY); Screaming Eagle Medical Home is off post and located at Gateway Medical Center, Bldg 1, 647 Dunlap Lane, Suite 301, Clarksville Tennessee 37040. Estimated approximate amount of inventory to be counted is $3,900,000.00. Quote must be all-inclusive of all cost for labor, travel and management, etc, to provide a 100% drug inventory that is able to calculate variances in purchases versus dispensing. (Required by MEDCOM AR 40-3). Inventory process shall be completed within a 3-days. All contract staff auditors will have had a background check and be drug tested prior to their employment. Verification shall be provided to the COR. Quoted rate is to be all inclusive as no additional fees for deposits, travel, reporting, etc will be added. Counting supervisor is to be on site to monitor auditors during the course of the inventory. A list of all auditors' names shall be forwarded to the Contracting Officer's Representative 10 days prior to arrival so that access to Fort Campbell can be arranged/granted. All pharmaceuticals inventoried will be counted to the nearest tenth. All reporting will be left on site, hard copies and CDs will be mailed within 48 - 72 hours. Period of Performance: 1 October 2012 through 30 September 2013. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 2001: 1 each, 100% inventory of all non-controlled medication at Blanchfield Army Community Hospital, Fort Campbell, Kentucky. This includes Five (5) pharmacies: Main in/out-Patient, Lapointe Pharmacy, Gate 10 TMC, Town Center Pharmacy and Screaming Eagle Medical Home. All but one pharmacy is on post (Fort Campbell KY); Screaming Eagle Medical Home is off post and located at Gateway Medical Center, Bldg 1, 647 Dunlap Lane, Suite 301, Clarksville Tennessee 37040. Estimated approximate amount of inventory to be counted is $3,900,000.00. Quote must be all-inclusive of all cost for labor, travel and management, etc, to provide a 100% drug inventory that is able to calculate variances in purchases versus dispensing. (Required by MEDCOM AR 40-3). Inventory process shall be completed within a 3-days. All contract staff auditors will have had a background check and be drug tested prior to their employment. Verification shall be provided to the COR. Quoted rate is to be all inclusive as no additional fees for deposits, travel, reporting, etc will be added. Counting supervisor is to be on site to monitor auditors during the course of the inventory. A list of all auditors' names shall be forwarded to the Contracting Officer's Representative 10 days prior to arrival so that access to Fort Campbell can be arranged/granted. All pharmaceuticals inventoried will be counted to the nearest tenth. All reporting will be left on site, hard copies and CDs will be mailed within 48 - 72 hours. Period of Performance: 1 October 2013 through 30 September 2014. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 3001: 1 each, 100% inventory of all non-controlled medication at Blanchfield Army Community Hospital, Fort Campbell, Kentucky. This includes Five (5) pharmacies: Main in/out-Patient, Lapointe Pharmacy, Gate 10 TMC, Town Center Pharmacy and Screaming Eagle Medical Home. All but one pharmacy is on post (Fort Campbell KY); Screaming Eagle Medical Home is off post and located at Gateway Medical Center, Bldg 1, 647 Dunlap Lane, Suite 301, Clarksville Tennessee 37040. Estimated approximate amount of inventory to be counted is $3,900,000.00. Quote must be all-inclusive of all cost for labor, travel and management, etc, to provide a 100% drug inventory that is able to calculate variances in purchases versus dispensing. (Required by MEDCOM AR 40-3). Inventory process shall be completed within 3-days. All contract staff auditors will have had a background check and be drug tested prior to their employment. Verification shall be provided to the COR. Quoted rate is to be all inclusive as no additional fees for deposits, travel, reporting, etc will be added. Counting supervisor is to be on site to monitor auditors during the course of the inventory. A list of all auditors' names shall be forwarded to the Contracting Officer's Representative 10 days prior to arrival so that access to Fort Campbell can be arranged/granted. All pharmaceuticals inventoried will be counted to the nearest tenth. All reporting will be left on site, hard copies and CDs will be mailed within 48 - 72 hours. Period of Performance: 1 October 2014 through 30 September 2015. UNIT PRICE: $__________, TOTAL CLIN $__________. CLIN 4001: 1 each, 100% inventory of all non-controlled medication at Blanchfield Army Community Hospital, Fort Campbell, Kentucky. This includes Five (5) pharmacies: Main in/out-Patient, Lapointe Pharmacy, Gate 10 TMC, Town Center Pharmacy and Screaming Eagle Medical Home. All but one pharmacy is on post (Fort Campbell KY); Screaming Eagle Medical Home is off post and located at Gateway Medical Center, Bldg 1, 647 Dunlap Lane, Suite 301, Clarksville Tennessee 37040. Estimated approximate amount of inventory to be counted is $3,900,000.00. Quote must be all-inclusive of all cost for labor, travel and management, etc, to provide a 100% drug inventory that is able to calculate variances in purchases versus dispensing. (Required by MEDCOM AR 40-3). Inventory process shall be completed within 3-days. All contract staff auditors will have had a background check and be drug tested prior to their employment. Verification shall be provided to the COR. Quoted rate is to be all inclusive as no additional fees for deposits, travel, reporting, etc will be added. Counting supervisor is to be on site to monitor auditors during the course of the inventory. A list of all auditors' names shall be forwarded to the Contracting Officer's Representative 10 days prior to arrival so that access to Fort Campbell can be arranged/granted. All pharmaceuticals inventoried will be counted to the nearest tenth. All reporting will be left on site, hard copies and CDs will be mailed within 48 - 72 hours. Period of Performance: 1 October 2015 through 30 September 2016. UNIT PRICE: $__________, TOTAL CLIN $__________. A.1.0. SCOPE OF WORK: A.1.1 The contractor shall provide all resources, labor, travel, and management to provide 100% Pharmacy Drug Inventory as mandated by the Army for all facilities as listed above. This will be a turn-key inventory and must be accomplished in 3 days. Included are associated travel and per diem. THIS SOLICITATION MUST BE QUOTED ALL OR NONE. To be delivered to: Blanchfield Army Community Hospital, Building 650, Fort Campbell, Kentucky. FOB Destination (FOB: Origin IAW FAR 52.247-29, if delivery/ transportation charges apply). The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (JUN 2008); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.211-6, Brand Name or Equal; 52.214-34, Submission of Offers in the English Language (APR 1991); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.252-1, Solicitation Provisions Incorporated by Reference: The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far. 252.209-7001-Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations and Certifications-Commercial Items (JUN 2005); 252.225-7000, Buy American Act-Balance of Payments Program Certificate (JAN 2009); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: Items offered will be evaluated on past performance of the submitting firm and equivalent technical capabilities as outlined in each line item (CLIN) description. Award will be made to the lowest priced, technically acceptable firm with acceptable past performance. To have acceptable past performance, a firm shall have been engaged in performing medication inventories at Military Treatment Facilities, of a scope and magnitude contemplated by this solicitation, within the past three (3) years. 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2002) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.204-4, Printed or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 52.219-28, Post-Award Small Business Program Representation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedied (JUL 2010); 52.222-21, Prohibition of Segregated Facilities (FEB 1999)(EEO); 52.222-26, Equal Opportunity (MAR 2007) (EEO); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA, and Other Eligible Veterans (SEP 2010); 52.222-36, Affirmative Action For Workers With Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam ERA, and Other Eligible Veterans (SEP 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-18, Contractor Policy To Ban Text Messaging While Driving (SEP 2010); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.242-13, Bankruptcy (JUL 1995); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (JAN 2009); 252.203-7002, Requirement to Inform Employees of Whistle Blower Rights (JAN 2009); 252.204-7003, Control of Government Work Product; 252.225-7001, Buy America Act and Balance of Payments Program (JAN 2009); 252.225-7002, Qualifying Country Sources as Subcontractors (APR 2003); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. 252.204-7008, Export-Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2010). DEVIATION. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) DEVIATION also apply to this solicitation. All responsible sources should submit a quote to ATTN: Mr. Barry Baxter via e-mail: barry.baxter@u.s.army.mil by 4:30 pm EST, 15 December 2011. For information regarding this solicitation you may contact Mr. Barry Baxter via phone: 270-798-8165 or e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV12T0013/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02636268-W 20111210/111208234714-f9150155c1f3349f878b9a00ef875676 (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.