Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
SOURCES SOUGHT

R -- HRSA OPA Pharmacy Service Support Center

Notice Date
2/24/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
PHA-OPA-dp
 
Archive Date
10/24/2012
 
Point of Contact
Debora Ann Pitts, Phone: 301-443-3789, Francis R Murphy, Phone: (301) 443-5165
 
E-Mail Address
dpitts@hrsa.gov, fmurphy@hrsa.gov
(dpitts@hrsa.gov, fmurphy@hrsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide Pharmacy Services Support Center]. Title: HRSA Pharmacy Service Support Center This requirement is to assist the Health Resources and Services Administration in locating organizations with the capability to continue the operation of the Pharmacy Services Support Center (PSSC) for the HRSA Office of Pharmacy Affairs (OPA) and HRSA grantees. Contractor will be required to provide the following services: 1) Develop and implement policies for the PSSC's daily operations, 2) Develop and manage a resource management system, 3) Develop quality management processes, 4) Design program evaluation, 5) Implement a marketing plan for informing customers about PSSC services and how to access them, 6) Present policies developed under the effort to various stakeholder audiences, 7) Develop and implement a comprehensive training plan on 340B 8) Produce and disseminate pharmacy resources and materials to grantees and others. Qualified contractors must satisfy the following minimum requirements. Provide a detailed description of your company's experience and demonstrated abilities to deliver each and every one of the following requirements: 1) Understanding of the objective and scope of work; 2) Knowledge and understanding of the HRSA 340B Drug Pricing Program and related government programs; 3) Expertise in all aspects of pharmacy, including and but not limited to: a. pharmacy education, b. policy analysis, c. pharmacy and health care economic issues, d. clinical issues e. up-to date information on drug usage and drug supply and workforce issues f. pharmacy compliance and auditing 4) Qualified personnel and related experience of personnel and their organization in performing similar work to include but not limited to: a. Pharmacists/Pharmacist specialists with work experience in senior level positions for 2-4 years with pharmacy program and substantive knowledgeable about drug delivery systems. b. Communication/Information specialists who are capable of building and maintaining the resource database. c. Policy Analysts, other Specialists and Support Staff as needed for projects, preparation of reports and administrative functions, data entry, maintenance of inventory, and the distribution of materials. d. A roster of experts with experience in pharmaceutical services for at-risk, vulnerable populations and health professions' education programs. These consultants should have expertise in all areas of comprehensive pharmacy services and drug distribution, including: best practices for state pharmaceutical assistance programs; formulary development and operations; structure of public and private health insurance markets; policy matters impacting access to pharmaceutical care; quality of services; and procurement and price strategies. 5) Ability to design, operate and maintain an extensive pharmaceutical technical assistance program. Contract performance shall be a the contractor facility. A Cost Type contract is anticipated, for one base year and four option years. This is a new re-compete requirement. The NAICS Code is 541611, with a small business size standard of 7.0 million. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice should be limited to ten pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541611 (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist Ms. Debora Pitts no later than 4:00 PM Eastern Standard time on March 13, 2012 for consideration. Capability statement may be submitted by mail or E-Mail. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HRSA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd3f84955054c21f8ac8cb9119d26b21)
 
Place of Performance
Address: At Contractors facility., United States
 
Record
SN02682919-W 20120226/120224235413-fd3f84955054c21f8ac8cb9119d26b21 (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.