Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOURCES SOUGHT

Q -- Direct to Patient Distribution Services

Notice Date
7/11/2019
 
Notice Type
Synopsis
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO 15 Contracting Office - CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5012
 
ZIP Code
66048-5012
 
Solicitation Number
36C77019Q0595
 
Response Due
8/16/2019
 
Archive Date
9/15/2019
 
Point of Contact
913-684-0154
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 15 Consolidated Mail Outpatient Pharmacy REQUEST FOR INFORMATION/MARKET RESEARCH QUESTIONNAIRE The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 15, Consolidated Mail Outpatient Pharmacy (CMOP), is seeking potential qualified businesses interested and capable of providing Direct to Patient Distribution of Medical/Surgical (Med/Surg) and Over the Counter Products (OTC) services, to included providing Med/Surg and OTC items for direct delivery to patients located within the fifty United States, Washington DC, Puerto Rico, American Samoa, Northern Mariana Islands, US Virgin Islands and Guam. The government anticipates a need for approximately four million-line items per year. See DRAFT Performance Work Statement (PWS) attached. For the purpose of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing, with a size standard of 1000 Employees. Based on this market research, the government will determine whether or not the requirement warrants a set-aside for small business and the overall acquisition strategy and socio-economic set-aside possibilities to address regulatory requirements concerning Veterans First requirements. Please be advised that your participation in this survey is not required to ensure participation in future solicitations and contract awards. Participation is this survey is voluntary and the government will not reimburse participants for any expenses associated with their participation in this survey. There is no commitment by the government to issue a solicitation as a result of this RFI. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Respondents will not be notified of the result of the review. By submitting information in response to this RFI, submitters of such information impliedly consent to the release and dissemination of submitted information to any government or non-government entity to which the VA releases and disseminate the information for review. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. Potential sources are invited to submit a response to the requested information below to the e-mail noted below, with the subject line as follows, "RFI: DIRECT TO PATIENT". Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. The contracting office will not acknowledge receipt of responses to this RFI. Telephonic inquiries will not be considered. All responses should be submitted via e-mail address to Lori.NicholsFellows@va.gov no later than COB August 16, 2019. Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: DUNS Number: CAGE Code: Phone Number: E-mail Address: Web Page URL: Which North American Industry Classification System (NAICS) Code do you believe is most appropriate for this requirement? Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) SAM Registration (Yes / No) Part II. Capability Survey Questions Provide responses to the following questions: Describe briefly the capabilities of your company, its facilities, and the nature of the equipment, components, and services your company provides as it relates to the above-named requirement. Are there any business practices that are unique to your industry? If so, please describe. Have you performed this type of service in the last 2 years? If so, please provide the entity the services were performed for and a brief statement of how this experience relates to the above-named requirement. Do you provide the services described on any current schedule contract (i.e. GSA, SEWP, etc.)? If so, please provide the contract number and describe the nature of the work. Do you have any open contracts for Medicare/Medicaid performing similar requirements? If so, please provide the contract number and describe the nature of the work performed. Do you have the required licensure to perform the above services in accordance with FDA, DEA, EPA, Federal, State and Local codes and laws or regulations? If you are a VOSB or SDVOSB, are you registered in Vendor Information Pages (VIP). PLEASE NOTE: INFORMATION OBTAINED IN RESPONSE TO THIS RFI WILL BE USED TO ASSIST THE GOVERNMENT IN DEFINING ITS REQUIREMENT AND DEVELOPING A REQUIREMENTS DOCUMENT. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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. Responders are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/ed61d2db0f5a9d6061df81151c9f9934)
 
Record
SN05366682-F 20190713/190711230022 (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.