Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
DOCUMENT

R -- Shipper/Packer-CMOP Nationwide - Attachment

Notice Date
10/2/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;National CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
36C77018Q0007
 
Response Due
10/13/2017
 
Archive Date
1/11/2018
 
Point of Contact
Jenny Rathjen
 
E-Mail Address
4-0158<br
 
Small Business Set-Aside
N/A
 
Description
OVERVIEW This is a Request for Information (RFI)/Sources Sought announcement only. This is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this announcement is to gain knowledge of potential qualified businesses interested and capable of providing supplemental staffing services to seven Consolidated Mail Outpatient Pharmacy (CMOP) facilities located at various locations throughout the United States. This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential sources for supporting the CMOP mission by supplying supplemental staffing services to include non-personal shippers and packers and facility level oversight of these supplemental services. Responses to this announcement will also be used to determine if there are a sufficient number of potential organization in the routine and regular business of recruiting high volumes of staffing that are capable of providing the required services in the stated geographic regions. The Government will determine whether or not the requirement warrants a set aside for small business and the overall acquisition strategy, socioeconomic set-aside possibilities to include single or multiple award strategies, partial set-aside capabilities, and to address regulatory requirements concerning Veterans First requirements. For the purpose of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 561320 with a size standard of $27.5M. CMOP MISSION The CMOP program provides prescription mailings for veterans and other patients. Eighty percent of all outpatient prescriptions filled by the Department of Veterans Affairs are filled by CMOP facilities with approximately 119 million prescriptions being processed each year. Individual CMOPs mail out approximately 474,000 prescriptions per day with 328,000 veteran patients impacted each day. To meet these demands, advanced dispensing technology and equipment are used in these high volume automated prescription fulfillment production environments. Staffing services being sought will be utilized to assist in supporting CMOP s mission by packing and shipping prescriptions in an accurate, timely, and cost effective manner without disruption in services or production. SERVICES BEING SOUGHT Shipper/Packers will be required to insert drug bottles, medication, medication guides, and other printed material into envelopes or packages, appropriately label, and seal packages in preparation for mail distribution in accordance with CMOP packing standard operating procedures. As part of the shipper/packer services, on-site facility administrator services will be required for the oversight and management of the contracted services. LOCATION The location of the seven CMOP facilities are as follows: Leavenworth, KS Chelmsford, MA Tucson, AZ Dallas, TX Murfreesboro, TN Hines, IL Charleston, SC ESTIMATED NUMBER OF PERSONNEL REQUIRED* The estimated number of personnel (FTE) required for each facility follows: Location Estimated number of Personnel/FTE Tucson, AZ 47 Leavenworth, KS 110 Murfreesboro, TN 42 Chelmsford, MA 47 Lancaster, TX 66 Hines, IL 135 Charleston, SC 115 The estimated number of required personnel may change due to changes and advancements in technology, automation, work flow processes, or changes in the number of patients served. *One FTE is the equivalent of 2080 hours annually. RESPONSE (CAPABILITY) To assist the Government in identifying potential sources, the respondents will need to provide a tailored capability statement addressing the particulars of this requirement and that sufficiently addresses their organization s qualifications, ability to perform as a prime contractor for the services required, and ability to provide these services at all of the identified locations. The capability statement will need to include the following: Company name, address, and DUNS number; Company point of contact to include phone, fax, and e-mail information; Company s socioeconomic status (e.g. small business, service disabled veteran owned small business, large business) Number of employees as defined by the Federal Acquisition Regulation (FAR) Part 19.101 and (f) the amount of annual receipts as defined by the Federal Acquisition Regulation (FAR) Part 19; Contract numbers, along with points of contact for the contracting officer and contracting officer s representative of recent (within the last 36 months) contracts you have held consistent in scope and scale as what is presented in this sources sought notice; Detailed explanation speaking to your company s capability and history in providing these services on a continuous capacity in a high-volume environment, to include your capability to provide services in any geographic region presented. These areas of capabilities should be clearly identified in your response. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations shall address the administrative and management structure of such arrangements. All interested offerors should submit this information by email to: Jenny.rathjen@va.gov by close of business day October 13,2017. DISCLAIMER Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions and develop potential procurement strategy. This RFI/Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI/Sources Sought. VIRTUAL INDUSTRY DAY FOLLOW UP Questions received in response to the Virtual Industry Day held on September 14 are as follows: Q: Is this requirement subject to the SCA? A: Yes, this requirement is subject to the Fair Labor Standards Act (formerly SCA). Q: Consequently, the follow-on contractor would have to offer employment opportunity to SCA-covered employees.? A: Yes, FAR 22.12 is applicable to this requirement. Q: How long has DLH has this contract? A: DLH was awarded a BPA in 2013. The BPA number is VA255-14-A-0021. Q: The shifts mentioned in the presentation, are those changes in shifts dictated by the VA or the contractor: A: The VA will determine shift requirements. Q: Historical pricing. A: Historical pricing can be obtained from FPDS through the above-mentioned contract number. Q: Is there a collective bargaining agreement in place? A: No facility is currently under a formal collective bargaining agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c43f550a8ed0f25aea318c6b17f155e)
 
Document(s)
Attachment
 
File Name: 36C77018Q0007 36C77018Q0007.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3829315&FileName=36C77018Q0007-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3829315&FileName=36C77018Q0007-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04702963-W 20171004/171002231027-9c43f550a8ed0f25aea318c6b17f155e (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.