Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
DOCUMENT

Q -- WALL TO WALL INVENTORY - Attachment

Notice Date
3/9/2012
 
Notice Type
Attachment
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24812I1039
 
Response Due
3/16/2012
 
Archive Date
4/15/2012
 
Point of Contact
Kim L Plummer
 
E-Mail Address
1-5722<br
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Notice only. This does not constitute a solicitation. The information gathered from this request for information (RFI) is for planning purposes only. The Government is not obligated, nor shall it pay for, any information received from potential sources as a result of this Sources Sought Notice. The purpose of this notice is to identify current Open Market SDVOSB, and VOSB, other Small Business, Federal Supply Schedule Holders and Open Market Large Business sources capable of providing the following goods and services to the North Florida/South Georgia VA Health Care System. Requirement: Conduct wall to wall pharmacy inventory for all five (5) NF/SG VA sites No Later than March 31, 2012 SCOPE TO INCLUDE THE FOLLOWING: Draft Statement of work *NOTE: Contractor must be able to be on site w/all materials and ready to begin work within 5 days of contract award, and must be able to complete project within 7 days after contract award. The North American Industry Classification System (NAICS) identifier for this service is 561990. Interest parties must submit a qualifications email stating the following information: 1.Name 2.Size Status (SDVOSB, VOSB, HUB Zone, WOSB, Small Business, etc.) 3.GSA Contract Number (if applicable) 4.Capability Statement (include exact item stated in this notice) 5.Examples of past performance doing similar work (must be both recent and relevant) All responses must be submitted via email to kim.plummer@va.gov. All responses should include "VA248-12-I-0933 Pharmacy Inventory" in the email subject line. All responses must be received by 9:00 a.m. EST on March 16, 2012. Pharmacy Inventory for the following facilities: Malcolm Randall VA Medical Center, Gainesville, FL Lake City VA Medical Center, Lake City, FL Tallahassee Outpatient Clinic, Tallahassee, FL Jacksonville Outpatient Clinic, Jacksonville, FL The Villages Outpatient Clinic, the Villages, FL 1. General: The contractor shall furnish all necessary materials, supplies, equipment, personnel, supervision, and travel costs to provide for a complete 100% physical inventory of the: Malcolm Randall VA Medical Center, 1601 SW Archer road, Gainesville, FL 32608-1197 Lake City VA Medical Center, 619 S. Marion Ave, Lake City FL 32025-5808 Tallahassee Outpatient Clinic, 1607 St. James Court, Tallahassee, FL 32308 Jacksonville Outpatient Clinic, 1833 Boulevard Street, Jacksonville, FL 32206 The Villages Outpatient Clinic, 8900 SE 165th Mulberry Lane, The Villages, FL 32162 Vendor shall provide all labor and materials to conduct a physical inventory count of pharmaceutical medications for the NF/SG VA Healthcare System. The physical inventory shall be provided against the FIVE following Pharmacy accounts: Malcolm Randall VA Medical Center, Gainesville, FL Lake City VA Medical Center, Lake City FL Tallahassee Outpatient Clinic, Tallahassee, FL Jacksonville Outpatient Clinic, Jacksonville, FL The Villages Outpatient Clinic, The Villages, FL The vendor must be able to utilize VA NF/SG's prime vendor files (McKesson).Vendor shall incorporate these files into computer program in order to input the VA's pharmacy inventory information into the vendors machinery and the inventory service reports. The estimated dollar amount is $5,024,453.00. Total dollar value of what is scanned, on the days of the inventories for all five sites, is approximately $5.02M. This amount may be higher due to the pharmacy's 'open market' issues and CMOP (pharmacy's mail order) rejects that have demanded an increase in medication stock. AS MENTIONED IN THE VHA HANDBOOK 1761.02, PHARMACY BENIFITS MANAGEMENT REQUIRES THAT WALL-TO-WALL INVENTORIES MUST BE DONE BY FEBRUARY 28 OF EACH FISCAL YEAR. 1.1. The inventory shall be done in accordance with the specifications below. 2. Contractor Responsibilities: 2.1. The inventory shall include all products purchased from the prime vendor McKesson. The inventory is further limited to the medications and supplies that are dispensed to the patients. Items such as equipment and prescription labels and vials are excluded. 2.2. The inventory is limited to areas that are under the direct control of pharmacy. 2.3. If products are open the quantity should be estimated to the nearest 10th of a bottle. Contractor must be able to manually input stock reports and /or inventory reports provided and counted by VA personnel in restricted areas including Optifill and Vault into the final overall report. 2.4. The contractor must be able to determine actual replacement cost of the product. Some contractors utilize the McKesson Telexon to gather this information, others require a list of products cost's with NDC's. If the contractor needs cost information the VA facility will supply it in Excel format. The contractor must use this to determine the replacement cost of the inventory. If the product is purchased direct the facility must supply the most recent cost. This inventory must be carefully reviewed to eliminate errors. A preliminary report will be viewed prior to the completion of inventory and any and all corrections will be made prior to the contractor leaving the premises. A random check of at least 25 items must be done to ensure that the inventory was completed correctly. VA personnel to ensure compliance will conduct spot check. 2.5. The contractor must provide accurate reports and data with no more than a one percent error rate. Verification of counts and designated areas inspected by VA staff will be checked and verified with the contractor the day of inventory performed and any corrections made prior to contractor leaving the facility. 2.6. The contractor must be capable of providing an Excel spreadsheet-using version Microsoft Office Excel 2003/2007 with at least these data elements. Item name (name and strength, i.e. Ativan 1mg/ml), package description and size (1mg/ml x 25 per box or units and package size), NDC or UPC/UPN, manufacturer, total replacement cost of all items and extended total dollar amount. If the contractor is using the McKesson Telexon in doing the inventory the information will be downloaded into SMO on site and reviewed for accuracy. Final reports in the form of six hard copies, one disk and or CD-RW in excel format will be furnished to VA Medical Center Department of Pharmacy COTR designee (Debbie Blanton ) Within 10 business days from completion of inventory. 2.7. The contractor must complete the inventory of all sections within a 24-hour period. Inventory must be completed no later than February 29th, 2012. Earlier completion is preferred. 2.8. The contractor will have to adhere to all VA security requirements. Contractor will wear picture ID badges at all times and sign in at time of arrival. Policy: It is the policy of the medical center to restrict access to secure pharmacy areas to only employees within the pharmacy section of Patient Support Service who duties require their access. Non-pharmacy employees, volunteers or authorized contractors doing maintenance, housekeeping, deliveries, etc. will be escorted or supervised by employees of Pharmacy Section at all times. Visitors for any purpose must be authorized through the Office of the Chief, Patient Support Service. 2.9. The contractor must be bonded and insured. 3. VA Responsibilities: 3.1. Having a knowledgeable person(s) available during the inventory to answer questions, assist with data that may be necessary to complete the inventory, assist with printing the final inventory report on site, and for a general review of the final report. 3.2. Having current shelf labels current for items ordered from the prime vendor. 3.3. Providing inventories of items in automated dispensing machines and controlled substances, as outlined above, so that these inventories can be added by the vendor to the final counts. 3.4. The contracting officer is the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes, which will affect price, quantity, or quality of performance of this contract. In the event the contractor effects any such change at the direction of any person other than the contracting officer, the change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result these adjustments. Location and address for wall to wall pharmacy inventory NLT March 31, 2012 The North Florida/South Georgia VA Healthcare System, consisting of ; The Malcolm Randall VA Medical Center, 1601 SW Archer road, Gainesville, FL 32608-1197 Lake City VA Medical Center, 619 S. Marion Ave, Lake City FL 32025-5808 Tallahassee Outpatient Clinic, 1607 St. James Court, Tallahassee, FL 32308 Jacksonville Outpatient Clinic, 1833 Boulevard Street, Jacksonville, FL 32206, The Villages Outpatient Clinic, 8900 SE 165th Mulberry Lane, The Villages, FL 32162 The applicable NAICS code will be 561990 with an applicable small business size standard of $7.0M. In accordance with FAR 52.204-7, Required Central Contractor Registration (CCR) in accordance with FAR 2.101,VAAR 802.101, VetBiz Registration, prospective firms must be registered in CCR (www.ccr.gov) and in the VetBiz (www.vetbiz.gov) databases prior to award (Note: Effective October 1, 2010, all solicitations issued in accordance with the Veteran's First Contracting Program requires all contractor's be VERIFIED by the Office of Small Disadvantaged Business Utilization's Center for Veteran's Enterprise (CVE) prior to receiving an award under the program).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24812I1039/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-I-1039 VA248-12-I-1039.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305414&FileName=VA248-12-I-1039-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=305414&FileName=VA248-12-I-1039-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02693704-W 20120311/120309235753-07bffe0dd55e82e138e7bef93bc19b1c (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.