SOLICITATION NOTICE
65--65 -- 65-PHARMACEUTICAL COMPOUNDING
- Notice Date
- 6/20/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Attn: Department of Veterans Affairs So. Texas Health Care System, Audie L. Murphy Division, 7400 Merton Minter Boulevard, San Antonio, Texas 78229-4404
- ZIP Code
- 78229-4404
- Solicitation Number
- 671-37Q-05
- Response Due
- 7/2/2005
- Archive Date
- 8/1/2005
- Small Business Set-Aside
- N/A
- 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 for the South Texas Veterans Health Care System (STVHCS). This announcement constitutes the only solicitation; Request for Quote (RFQ) 671-37Q-05, a written solicitation will not be issued. Solicitation documents and incorporated provisions and clauses are those in effect through federal acquisition circular 2005-03. NAICS 325412 with business size standard 750 employees. STVHCS has a requirement for compounded intravenous prescription services. Prospective vendors are required to submit written proposal for specialty compound mixtures per STVHCS specifications on a per order basis. Mixtures will consist of pain management medications, antibiotics, and hyperalimentation, with compounding to vary from one to four medications in accordance with individual patient requirements. . The contract period will be for Base year and one additional option renewal year. Pricing should be submitted on letterhead paper and address the following criteria: Pain Management medications to include: fentanyl, morphine, clonidine, baclofen, bupivacaine, anticipated 6 per month, Antibiotics to include: vancomycin, zosyn, cefepime, anticipated 8 per month, and Hyperalimentations to include: amino acids, dextrose, intralipids, albumin, electrolytes, vitamins, heparin, insulin and additives such as famotidine and metoclopramide found in hyperalimentation solutions, anticipated 2 per month. The pricing levels will reflect single, two, three and four medication compounding pricing for the aforementioned medications in addition to multiyear pricing. STVHCS requires a 0% tolerance error rate for these compounded IV admixtures. The contractor must be fully compliant with new USP Chapter 797 standards for compounding "high risk" sterile products. The vendor must meet or exceed all applicable JCAHO guidelines. Vendor must have and maintain a Federal DEA license and a Texas State Board of Pharmacy license and must conform to their rules and regulations. Contractor will: provide regular quality assurance reports; employ highly experienced, customer-oriented admixture pharmacists; have monitored and controlled clean room conditions; possess detailed protocols for each admixture process; release tests and finish inspection protocols; and provide environmental particulate and bioburden monitoring. Contractor will provide all supplies required to administer the intravenous solutions to include: intravenous sets, catheters, flushes, gauze, alcohol wipes, syringes, needles and adhesive tape. Anticipated usage is but not limited to16 prescriptions per month. Orders will be delivered within 24 hours upon receipt of order. Submit quotes to Sally Lanoue (90C) at the above address, NLT July 2, 2005 C.O.B.??Quotes should be marked with the request for quote number 671-37Q-05. Oral Quotes will not be accepted, faxed quotes must be followed up with a verbal confirmation of receipt. ALL OFFERORS ARE TO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS WITH OFFER. The following FAR clauses and provisions are applicable to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items, 52.212-4, Contract Terms and Conditions--Commercial Items; 52.204-7 Central Contractor Registration; 52.247-34 F.O.B. - Destination, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercials Items; The following FAR clauses identified at paragraph b of 52.212-5 are considered checked and are applicable to this acquisition: (11-20),(24i),(32) section (c) (1),(2),(3), 52.219-1 Small Business Program Representations, 52.232-18, Availability of Funds, VAAR 852.219-70 Veteran-owned Small Business, VAAR clause 852.211-77 Brand name or equal, VAAR 852.270-4 Commercial Advertising, Wage Determination Number 1994-2521(Rev 27) applies. The full text of previous clauses may be accessed electronically at this address: www.arnet.gov/far. For any further information contact the contracting officer, Sally Lanoue at 210-617-5153. Offerors are advised that they are responsible for obtaining amendments. Signing up for the bidders list in FedBizOpps will automatically electronically provide you with any amendment notification to this solicitation. The successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract. You may register easily and quickly on-line at http://www.ccr.gov.
- Web Link
-
RFQ 671-37Q-05
(http://www.bos.oamm.va.gov/solicitation?number=671-37Q-05)
- Record
- SN00832618-W 20050622/050620211850 (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 |