Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2009 FBO #2858
SOLICITATION NOTICE

Q -- Pharmacist Services

Notice Date
9/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
VA Northern California Health Care System - Department of Veterans Affairs No. California Health Care System System
 
ZIP Code
00000
 
Solicitation Number
VA-261-09-RP-0344
 
Response Due
9/25/2009
 
Archive Date
9/28/2009
 
Point of Contact
eric.toliver@va.gov
 
E-Mail Address
Contracting Specialist
(eric.toliver@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA-261-09-RP-0344 and is issued as a request for proposal (RFP). The solicitation number must be on the outside of any mailing envelope, on any express air bills and on all correspondence. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2009-2010. This solicitation is unrestricted. NAICS code is 813920, size standard $7.0 million. Proposals will be considered only from offerors who are regularly established in the business called for and who are financially responsible. Offerors must have the necessary equipment and personnel to furnish services in the volume required, for all items specified under this contract. Successful offeror(s) shall meet all requirements of Federal, State and City codes regarding operation of this type of service or establishment. The contract personnel shall provide services in accordance with the terms, conditions and prices contained herein. Contract costs shall be all-inclusive, including but not limited to salaries, fringe benefits, vacation pay and malpractice expenses. Period of Performance and Pricing October 1, 2009 through September 30, 2010. Estimate 41,600 CMOP Outpatient Orders per year. This estimate is based on past year workload and should not be interpreted as actual number of orders for any period of performance herein. Offeror should respond with unit price, $________ per order. 1.Scope of Work. The Contractor shall provide a Licensed Pharmacist to perform verification of prescription orders via computer utilizing remote access to Veteran Affairs Central California Health Care System (VACCHCS) in Fresno, California. 2.The Contractor Pharmacist shall: a.Have an unrestricted license in a US state, territory or US commonwealth; b.Speak and understand English proficiently; c.Provide evidence of demonstrated current clinical competence to perform verification of outpatient prescription orders; d.Be a US citizen; e.Have a professional degree and education applicable to VA Staff Pharmacists; f.Provide evidence of current professional liability insurance; g.Provide evidence of current privileges (if applicable); h.Provide names of most current employer(s) and two peer reference contacts; i.Have a working knowledge of Medical Center Policies and Procedures, Pharmacy, Therapeutics and Nutrition requirements and standards established by the DEA, FDA, VA (National and VISN) and JCAHO. j.Be computer literate, as VA Central California Healthcare System utilizes a computerized patient medical record; k.Be subject to a complete security background check including fingerprinting; l.Have a complete Vetpro process 3.Pharmacist (s) computer system must have the following requirements in order to access the VA system: a.High speed internet access. b.Internet explorer. c.Any standard operating system. d.Virus protection software with the most current version and shall update their software as commercially available. e.Personal firewall. f.Phone line. 4. Pharmacist (s) will process the following prescriptions "Queues" as assigned by the Chief Pharmacist or their designee: a.Tulare Community Based Outpatient Clinic b.Atwater Community Based Outpatient Clinic c.VA Central California Healthcare System 5. Pharmacist (s) must reduce the number of prescriptions in the "Queue" to which they have been assigned to less than 50 prescriptions by 8:00 a.m. the next day. 6. The Pharmacist (s) shall verify pending electronic prescription orders in a prompt manner and will then generate a label that will print at the VA Central California Healthcare System or suspend the prescription to Consolidated Mail Outpatient Pharmacy (CMOP) in order for the process to be completed. 7. Quality Assurance: a. The Pharmacist (s) providing this service shall strive to maintain a zero error rate. The Chief Pharmacist shall review all errors and those errors that have an adverse impact on the patient shall be submitted to the Patient Safety Officer for review. Upon completion of the Patient Safety Officer review, they shall report their findings to the Contracting Officer. b. The Contracting Officer shall report to the contractor the results of the Patient Safety Officer findings. The contractor shall be required to provide a written plan of action to the Contracting Officer describing what preventive measures they are going to implement in order to prevent these types of errors from happening in the future. The contractor shall submit this report within five working days from being notified by the Contracting Officer. c. The Pharmacist (s) shall evaluate the patient's age-related vulnerability to illness by assessing the patient for the following; ? Drug interactions. ? Slowed metabolism in the liver. ? Renal function decline. ? Altered end-organ effects. ? Undesirable drugs for older patients. 8.Personnel assigned by the contractor to perform these services covered under this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. The qualifications of the contractor shall also be subject to review by the VA Chief of Staff, with approval by Director, VA Central California Healthcare System. 9.The services to be performed by the Contractor will he performed within the VA policies and procedures and the regulations of the Medical Staff Bylaws of the VA Central California Healthcare System. 10.The Pharmacist (s) shall ensure that at least 40% of the prescriptions processed that are prescribed for the treatment of chronic and/or routine illness are filled for a multi-day supply (i.e.60 or 90 days) according to drug criteria. 11.The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g.. professional judgments, diagnosis for specific medical treatment). 12.DEFINITIONS: a.VA Central California Healthcare System (VACCHCS)- In this solicitation, Government. VA, and VACCHCS are used interchangeably to mean the U.S. Department of Veterans Affairs, VA Central California Healthcare System, located at 2615 E. Clinton Ave, Fresno, California. b.Contracting Officer (CO) - The person executing this contract on behalf of the Government with the authority to enter into and administer contracts and make related modifications, determinations and findings. c.Contracting Officer's Technical Representative (COTR) - A person who takes necessary action to insure the contractor performs in accordance with and adheres to the specifications contained in the contract, and to protect the interest of the Government. Any indication of non-compliance shall be promptly reported to the CO in order that appropriate action can be taken. d.Queue - A 'bank or database' of prescriptions that have been entered into the computer by a licensed independent practitioner awaiting to be review and completed by a licensed pharmacist for proper disposition. 13.Contractor Personnel Security Requirements - Information Systems Access All Contractor employees, who require access to VA computer systems and will work more than six (6) months (180 days) under this contract, shall be the subject of a background investigation and must receive a favorable adjudication from the VA SIC. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor will be responsible for the actions of those individuals they provide to perform work for VA. Contractor personnel who previously received a favorable adjudication as a result of a Government background investigation may be exempt from this contract requirement provided that they can provide documentation to support the previous adjudication. Proof of previous adjudication must be submitted by the Contractor to VA SIC through the VA Contracting Officer. Proof of previous adjudication is subject to verification by the VA SIC. Some positions maybe subject to periodic re-investigation. For those Contractor employees who will work less than six (6) months (180 days) under this contract, a background investigation is not required; however, such employees will be required to initiate a SAC for Fingerprint Only prior to providing services under this contract. a.Position Sensitivity - The position sensitivity has been designated as: Low Risk b.Background Investigation - The level of background investigation commensurate with the required level of access is: NACI c.Contractor Responsibilities. In order to conduct a background investigation the Contractor shall submit or have their contract personnel submit the following required forms to the COTR or designee. The COTR or designee will arrange a time for contract personnel to complete fingerprint verification. ? Standard Form 85, Questionnaire for Non-Sensitive Positions ?Standard Form 86A, Continuation Sheet for Questionnaires ?Optional Form 306, Declaration for Federal Employment ?Electronic Fingerprint Verification OR FD 258, U.S. Department of Justice Fingerprint Applicant Chart 14.Access/Safeguard of VA Information/Computer Systems a.VA may provide contract personnel with access to VISTA (formerly referred to as DHCP) and/or other general files maintained on VA computer systems via personalized VA access codes. These access codes are confidential and are to be protected by the end user. Sharing of these access codes or misuse of VA information/computer systems is a Federal crime and may result in criminal penalties. When contract personnel no longer provides services to VA under the contract or no longer needs access to VA information systems, the Contractor shall immediately inform the COTR or designee so that the appropriate contract person's access codes can be deactivated. The COTR or designee will be responsible for ensuring that such access codes are deactivated. b.All contract personnel accessing VISTA, or any other VA information/computer system, will be required to complete VA Cyber Security Awareness Training annually and sign all applicable computer user agreements prior to accessing VA systems. The COTR or designee will be responsible for ensuring and documenting that this requirement is satisfied. Contract personnel shall maintain, access, release, and otherwise manage the information contained on VA information/computer systems in accordance with all VA/VHA security policies, applicable VA confidentiality statutes (Title 38 U.S.C. Section 5701 and Title 38 U.S.C Section 7332) and the respective regulations implementing these statutes, and Federal statutes and/or regulations applicable to Federal agency records. Copies of this information discussed in the aforementioned paragraphs can be provided to the Contractor and contract personnel upon request. c.Contract personnel with access to VA information/computer systems shall take reasonable safeguards, both physical and electronic, to safeguard the information and prevent unauthorized disclosures. Should contract personnel know, or suspect, that VA information/computer security was compromised or that VA information was, or could possibly be, disclosed to an unauthorized party, contract personnel must immediately report such knowledge or suspicion to the COTR or designee, who will then immediately notify the appropriate VA officials. d.If contract personnel are authorized by VA to access VA information/computer systems remotely via non-VA issued computers, the Contractor will ensure that such computers are consistent with VA requirements, and will upgrade those computers (hardware and/or software) if instructed to do so by VA in order to ensure compatibility and security when VA information/computer systems are accessed by the end user. Individually identifiable health information will not reside on the contractor's computer hard drives. After contract award, VA reserves the right to inspect the contractor's facilities, installations, operations, documentation, records, databases, and computers to ensure these requirements are met. e.The Contractor shall make its internal policies and practices regarding the safeguarding of medical and/or electronic information available to VA, and any other Federal agencies with enforcement authority over the maintenance and safeguard of such records, upon request. f.The Contractor shall follow all of the previously mentioned statutes and respective regulations implementing these statutes as well as VA Directive 6504 - Restrictions on Transmission, Transportation and Use of, and Access to VA Data Outside a VA Facility, VA Directive 6601 - Removable Storage Media, and any other VA/VHA policies and procedures governing the information discussed in this section of the contract. Copies of the information discussed in the aforementioned paragraphs may be viewed by contract personnel in the Office of Information Security (see the Information Security Officer). g.Any changes in the laws, regulations, or VA/VHA policies or procedures governing the information covered by this section of the contract, during the term of this contract, shall be deemed to be incorporated into this contract. End of Statement Price Schedule CLINDescriptionsEstimated QuantitiesUnitUnit PriceExtended Price Base Period: October 1, 2009 through September 30, 2010 0001Estimated CMOP Outpatient Orders41,600YR$$ Contract Clauses and Provisions - Federal Acquisition Regulation (FAR) is available at http://www.arnet.gov/far/index.html. Veterans Affairs Acquisition Regulation (VAAR) is available at http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. The following provisions and clauses apply to this acquisition: FAR 52.204-4 Printed or Copied Double-Side on Recycled Paper (AUG 2000) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) FAR 52.212-2 Evaluation - Commercial Items (JAN 1999), for purposes of this clause, the evaluation factors will be price and past performance, which are considered equal in importance. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JUN 2008), offerors must include a completed copy of the provision with their offer FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2008) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (OCT 2008), for purpose of this clause, items (b) 1, 3, 7, 15, 16, 18, 19, 20, 21, 22, 24, 36 are considered checked and apply. FAR 52.216-1 Type of Contract (APR 1984), for purpose of this provision, blank is filled in with firm fixed price. FAR 52.216-18Ordering (OCT 1995), for purpose of this clause, dates are date of award through final option period. FAR 52.216-19Order Limitations (OCT 1995), for purpose of this clause, blanks are filled in as $5.00, $1,000.00, $10,000.00, 5 days and 5 days. FAR 52.216-21Requirements (OCT 1995) FAR 52.216-27 Single or Multiple Awards (OCT 1995) FAR 52.217-8 Option to Extend Services (NOV 1999), for purpose of this clause, insert 30 days FAR 52.224-1 Privacy Act Notification (APR 1984) FAR 52.224-2 Privacy Act (APR 1984) FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.233-2 Service of Protest (SEP 2006) FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) FAR 52.237-3 Continuity of Services (JAN 1991) FAR 52.237-10 Identification of Uncompensated Overtime (OCT 1997) FAR 52.245-2 Government Property Installation Operation Services (JUN 2007) VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992) VAAR 852.233.70 Protest Content (JAN 2008) VAAR 852.233.71 Alternate Protest Procedures (JAN 1998) VAAR 852.237-7 Indemnification and Medical Liability Insurance (JAN 2008), for purposes of this clause, insurance blank is filled in with $1,000,000.00 VAAR 852.237-70 Contractor Responsibilities (APR 1984) VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008) VAAR 852.271-70 Nondiscrimination in services provided beneficiaries (JAN 2008) VAAR 852.273-70 Late Offers (JAN 2003) VAAR 852.273-71 Alternative Negotiation Techniques (JAN 2003) VAAR 852.273-73 Evaluation - Health-Care Resources (JAN 2003) VAAR 852.273-74 Award without Exchanges (JAN 2003)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA-261-09-RP-0344/listing.html)
 
Record
SN01962411-W 20090921/090919233901-44279e940553dfca5e0cb2a8aefe1271 (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.