Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2005 FBO #1217
SOLICITATION NOTICE

Q -- Q--ADR Monitoring

Notice Date
3/25/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Capitol Network Acquisition Center, Contracting Officer, (688/90C), 50 Irving Street, NW, Washington, District Of Columbia 20422
 
ZIP Code
20422
 
Solicitation Number
688-58-05
 
Response Due
4/12/2005
 
Archive Date
5/12/2005
 
Point of Contact
Contracting Officer - Hazel France, Contract Specialist, Ph:(202) 745-8660, Fx:(202) 745-8465
 
E-Mail Address
Hazel France
(hazel.france@med.va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, Request for Proposal (RFP) being requested and a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 2005-02. Offeror shall submit proposal for developing a clinical pharmacy service in the areas of Drug Utilization Evaluation (DUE) and Adverse Drug Reactions (ADR). Submitted proposals should indicate strategies to provide comprehensive clinical support to the Pharmacy Service in the two (2) previously mentioned programs: ADR Monitoring Program: 1. Identify and evaluate retrospectively and prospectively suspected ADR’s, 2. expand the existing screening program and conduct activities to foster the detection of ADR as outlined in VAMC policy and procedures, 3. analyze and summarize monthly ADR data, 4. assist in the research and development of enhances systems in ADR detection, evaluation, and reporting. 5. attend the ADR subcommittee meetings and perform committee activities as required. 6. provide drug information support to the VA staff as required for critical evaluation of ADR, 7. assist in the compilation of reports and presentation materials for review by agencies, i. e. JCAHO. Due Program: 1. Prepare in concert with the DUE subcommittee an annual DUE plan for the VAMC., 2. develop, in concert with the medical staff, the study criteria and data collection tools for each study as required, 3. assist in conducting the DUE studies which include retrospective and or prospective data collection (and occasionally clinical intervention), analysis of findings, and development or recommendations and conclusions, 4. attend the DUE subcommittee meetings and perform committee activities as required including study presentations, 5. conduct meetings with members of the medical, dental, quality assurance or nursing service as required to facilitate completion of studies, 6. assist in the development and implementation of action plan based on DUE study results; these may include guideline development, newsletter article submission, etc., 7. assist in the compilation of reports and presentation materials for review by agencies, i.e. JCAHO. Offerors should provide documentation for evaluation criteria for the following: a. Education. contractor personnel should: 1. be graduates of a degree program in pharmacy from an American Council on Pharmaceutical Education (ACPE) approved college or university, 2. possess a Pharm. D. or formal post-baccalaureate (M.S., Pharm. D., Ph.D.) hospital oriented degree program recognized by ACPE (or demonstrate equivocal experience), 3. demonstrate advance knowledge of pharmacotherapeutics, pharmacokinetics, patient drug therapy outcome monitoring, drug research design, and the standards related to distribution and control of schedule and non-schedule drugs (i.e. DEA, FDA, VA, JCAHO standards), 4. possess the ability to communicate orally and in writing with a wide variety of individuals (i.e. health care professionals, patients), 5. Full, current and unrestricted license to practice pharmacy in a State, Territory, Commonwealth of the United States (i.e. Puerto Rico), or the District of Columbia. b. Quality of Offeror’s Facility/Resources: The offeror should provide descriptive information to include, but not limited to, manpower/staffing, drug information capabilities, secretarial support, and computerization support. c. Management Capabilities and Approach: The offeror should describe management methods to assure the provision of prompt and quality service, including a description of a quality assurance and customer service plan tailored towards this solicitation. d. Past Performance: The offeror should identify all Federal, State, and local government contracts and private contracts of similar scope, size, and complexity that are ongoing, or have been completed with the past 3 years. Provide a list of reference pertaining to those contracts. This will be a firm fixed-price contract. Payment will be made in arrears on certified invoices. The following clauses and provisions are incorporated and applicable to this acquisition: 52.212-1 Instructions to Offerors – Commerical, 52.212-3 Offeror Representations and Certifications – Commercial Items, 52.212-4 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, 52.232-19 Availability of Funds for Next Fiscal Year, 52.232-33 Mandatory Information for Electronics Funds Transfer Payment. Original proposals shall be received no later than 2:00PM EST 4/12/05 and submitted on company letterhead to: Hazel France, Contract Specialist (90c), Dept. of Veterans Affairs, 50 Irving Street NW, Washington, DC 20422. FAXED and Electronic proposals will be accepted. CITE: (W-341 SN406468) "CONTRACTOR PERSONNEL SECURITY REQUIREMENTS" All contractor employees who require access to perform services at the Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC shall be the subject of finger printing by the VA Police Service. This requirement is applicable to all subcontractor personnel requiring the same access. Finger printing will be conducted on the 1st day of the personnel coming on site. Depending on the results of the fingerprinting, a background investigation may be necessary. 1. Contractor Responsibilities a. The contractor shall prescreen all personnel requiring access to the VA Medical Center. b. After contract award and prior to contract performance, the contractor shall submit a letter to the Contracting Officer providing the following information: (1) List of names of contractor personnel. (2) Social Security Number of contractor personnel. (3) Home address of contractor personnel. c. Contractor should provide same list (see b. above) for all subcontractors. d. Contractor is responsible to update lists as changes in personnel occur. e. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration to work under the contract. f. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a. After receiving the contractor’s list of employees the VA Police Service will fingerprint contractor employees at the Medical Center and issue an ID Badge. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Draft RFP 688-58-05
(http://www.eps.gov/spg/VA/VACNAC/VACNAC/688-58-05/listing.html)
 
Place of Performance
Address: 50 Irving Street NW, Washington,DC
Zip Code: 20422
Country: United States
 
Record
SN00776474-F 20050327/050325213401 (fbodaily.com)
 
Source
FedBizOpps.gov 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.