SOURCES SOUGHT
99 -- Federal Occupational Health - Medications, Vaccines, and Medical Supplies
- Notice Date
- 4/29/2025 12:55:02 PM
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- FOH-MVMS-04292025
- Response Due
- 5/30/2025 9:00:00 AM
- Archive Date
- 06/14/2025
- Point of Contact
- Angeleana Torres
- E-Mail Address
-
angeleana.torres@hhs.gov
(angeleana.torres@hhs.gov)
- Description
- TITLE: Federal Occupational Health - Medications, Vaccines, and Medical Supplies (MVMS) Description This is a Sources Sought. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this Sources Sought is to obtain a knowledge and information on potential vendor interest for project planning purposes Other Possible Applicable North American Industry Classification System (NAICS) 325411 Medicinal And Botanical Manufacturing 325414 Biological Product (except Diagnostic) Manufacturing 339112 Surgical And Medical Instrument Manufacturing Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background The mission of Federal Occupational Health (FOH) is to improve the health, safety, and productivity of federal employees. In keeping with this mission, FOH Clinical Health Services (CHS) offers a full range of occupational health services to other federal agencies and their employees throughout the United States, U.S. Territories, and internationally. FOH provides defined health services as well as consultation to federal customer agencies exclusively through Interagency Agreements (IAAs). FOH is the largest provider of occupational health services in the federal government, serving more than 360 federal agencies and reaching 1.8 million federal employees. Agreements are negotiated with federal departments and federal agencies� national headquarters, and/or with their regional/local components for products ranging from a standard package of Occupational Health and Safety (OHS) program components to an array of services, including expert consultation tailored to a particular federal agency�s OHS needs, wellness and health promotion, behavioral health services and organizational development related issues. FOH maintains sole responsibility for consulting with federal agencies. FOH sets the standard for a culture of health and safety across the federal workforce. The quality of services and supplies, as well as the strength of program effectiveness depends heavily on the expertise and experience of contractor-managed programs, including the procurement of Medications, Vaccines, and Medical Supplies (MVMS). Purpose and Objectives The purpose of this contract is to acquire medications, vaccines and medical supplies (MVMS) for Federal Occupational Health (FOH) locations through a nationwide, contractor managed web-based ordering portal to support the Program Support Center (PSC) under the Department of Health and Human Services (HHS). Anticipated Period of Performance The anticipated period of performance is the 4th QTR of Fiscal Year 2025. The anticipated contract period is 5 Years from date of award (Twelve (12)-months base period and four (4), twelve (12)-months option periods.) Project Requirements Contractor will be required to provide: All Medications, Vaccines and Medical Supplies listed on the attached Product Lists. All products will be shipped with a minimum of 6-months until expiration. Access to web-based ordering portal capable of supporting orders from up to 250 FOH locations. The ordering portal shall be structured to have a master account and up to 15 regional/nationwide administrative accounts for oversight and ordering purposes. Ordering Portal will have the ability to restrict users to FOH-approved 'Formulary' items, as designated on the attached Product Lists. Phone support for all FOH users Monday-Friday during normal business hours in the Eastern, Central, Mountain, and Pacific Time zones. Documentation of all actions (e.g., Approved, Approved with Changes, etc.) made by members of the approval chain. Capability to support clinic sites in the 50 United States, the District of Columbia, and Puerto Rico. All products provided shall be compliant with all federal, state and municipal laws and regulations as they apply to shipping, handling, tracking, and applicable cold chain regulations. Shipping is expected to be available to both the continental United States (CONUS) and outside the continental United States (OCONUS) locations, with options for shipping speeds (e.g., ground, overnight, etc.) available based on the need of the government. Reporting, including but not limited to; purchase history, including site, requestor, approver names and dates, shipping method and tracking, ordered items, fulfilled items. A qualified program manager to be responsible for all contractor operations and overall support to the government. The designated program manager will be responsible for working with the Contracting Officer's Representative (COR) and FOH administrators to maintain all FOH accounts, approval chains, formulary updates/requests, etc. The vendor may designate alternates to assist in this process, but each alternate must be approved by the COR in advance. Notification within 24 hours of when a product becomes unavailable, with anticipated return timeline and suggested alternative product for review. Ability to support changes to the Product List (i.e., deletions or additions to the medications, vaccines and supplies) when requested by FOH. Information submission instructions. Questions regarding the contents of this Sources Sought shall be submitted via email to: angeleana.torres@hhs.gov no later than 12:00pm EST on May 12, 2025. Phone calls will not be accepted. The Government reserves the right to respond to some, all, or none of the questions that will be submitted. Capability statements and responses shall address all of the information listed under �Capability statement/information sought�. Capability statements and responses shall be submitted via email to angeleana.torres@hhs.gov no later than 12:00pm EST on May 30, 2025. in the form of a �white paper.� The subject line for the email heading shall be �Sources Sought for Federal Occupational Health Medications/Medical Supplies/Vaccines FOH-MVMS-04292025� (Responses should be limited to no more than ten (10) single spaced pages exclusive of marketing slicks or published information available at time of release of the Sources Sought request. Page size is 8.5 x 11 inches with 1-inch margins. Cover page, table of contents, and cover letter will be excluded from the page limit. Text must be a minimum font size/style of 10-point Times New Roman. Tables must be a minimum font size/style of 9-point in the Arial family. Graphics must be at minimum 8-point in the Arial family. Tables and Graphics may use the landscape format. All other text must use the portrait format. Responses to this Sources Sought should include a cover letter with the following information at a minimum: Sources Sought Number; Company�s Name; Company�s Unique Entity ID (UEI) Number; Company Point of Contact, mailing address, telephone and fax numbers, and website address; Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify Sources Sought responses with government representatives; Business Size and Size Standard / Classification as validated via the System for Award Management (SAM). All respondents must be registered on SAM located at www.sam.gov; Multiple Award Schedule (MAS)s the services and/or products are offered on (General Services Administration (GSA), National Institutes of Health Information Technology Acquisition and Assessment Center (NITAAC), Solution for Enterprise-Wide Procurement (SEWP), etc.) and schedule information (Schedule #, Contract #, period of performance); Number of years in business; affiliated contractor agreement information: parent company, joint venture partners, and potential teaming partners. Would you need to or want to use a sub-contractor(s)? If yes, how many? Would you be able to justify MAS rates via survey data, or MAS plus survey data for rates not on schedule? III. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by the respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. Respondent are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Any solicitation resulting from the analysis of information obtained will be announced to the public in SAM in accordance with FAR Part 5. However, responses to this notice will not be considered adequate to responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/605122a2ddf24870979f507f50174d83/view)
- Place of Performance
- Address: Rockville, MD 20857, USA
- Zip Code: 20857
- Country: USA
- Zip Code: 20857
- Record
- SN07425486-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |