SOLICITATION NOTICE
99 -- Veteran Affairs Mail Home Prescriptions within 48 hours upon order receipt.
- Notice Date
- 5/24/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24111RQ0786
- Response Due
- 5/26/2011
- Archive Date
- 6/5/2011
- Point of Contact
- Heather Simpson
- E-Mail Address
-
6-3196<br
- 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, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) Solicitation # VA-241-11-RQ-0786 is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 423450, and the size standard is 500 employees and may be set-aside for Small Business. (v) This requirement consists of the following: Mail Order Prescriptions to be shipped directly from the Medically Approved Healthcare Provider of Prescriptions, directly to the veterans home address within 48 hours upon order for necessary medical prescription supplies. (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: The Department of Veterans Affairs, Veterans Integrated Systems Network 1, has an immediate requirement for prescribed medical supplies/equipment to be delivered directly to patient's homes for the following states: Maine, New Hampshire, Massachusetts, Rhode Island, Vermont, and Connecticut. Supplies include: Adhesive tapes, Adhesive bandages, Suction catheters (all shapes & sizes, except those relating to blood transfusion), Other Catheters (all shapes & sizes, except those relating to blood transfusion), Colostomy/Ostomy Products, Stethoscopes, Syringes, Stockings (Anti-embolism/compression only), Procedural/Instrumental Sets/Trays/Disposable, Specimen Cups/Containers, Urinary Drainage Bades/Kits/Sets, Urinary Catheters/other urinary supplies, Plain applicators/swabs/wipes/pads, Treated Applicators/Swabs/Wipes/Pads, Plain Bandages,Gauzes, Treated Bandages, Casing Bandages, Elastic Bandages, Adherent Dressings (Impregnated or non-Impregnated), Sponges/Surgical and Pumps, Patient Feedings. The Government intends to award a six (6) month blanket purchasing agreement (BPA) for this requirement due to an urgent and compelling need. Total Not to Exceed Dollar Amount under this BPA is $499,999.00. Companies need to review the following information and must submit their technical capabilities, as described in the Statement of Work. This information will be reviewed by the Government. 1.The contractor will provide a variety of prescribed medical supplies/equipment to be shipped directly to patient's homes. Mandatory shipment of supplies and equipment directly to various locations throughout Maine and Massachusetts, directly to patient's homes. Actual addresses to be sent out after BPA is established. Shipment will be via UPS at the standard market industry rates on the 2nd day standard pricing. FBO Destination. 2.The Blanket Purchase Agreement will be for three (3) months from the date of award, due to an urgent and compelling need. Either party may terminate this agreement by giving thirty (30) days written notice. One option period may be available after initial award. Not to exceed six months or $499,999.00 (whichever occurs first). 3.The contractor's submitted product catalog and pricing (TO INCLUDE ALL APPLICABLE DISCOUNTS) will be incorporated into this Agreement, and all BPA Calls will utilize this pricing. Any updates or changes to the product catalogs or pricing must be approved by the Contracting Officer for incorporation into this Agreement. The contractor must allow thirty (30) days for the incorporation of a revised catalog to be incorporated into this agreement. 4.Orders: Consumable supply shall be sent monthly and shipped directly to the patient's home. 5.The Contracting Officer's Technical Representative (COTR) will be notified immediately if the items are not available for shipment. To be named after award. 6.Contractor will provide a discounted rate off of summarized monthly orders. 7.The Offeror will not accept any instructions issued by any other person(s) other than the COTR(s) or his/her delegated representative acting within his/her authority. 8.Delivery Requirement: All deliveries for this contract must be FOB Destination only. Deliveries will be made within forty-eight (48) hours from receipt of order from the ordering facility. If the delivery day falls on a holiday, the offeror must then deliver on the next business day unless the COTR at the VA facility makes other arrangements with the Offeror. FEDERAL HOLIDAYS: There are ten (10) holidays are observed by the Federal Government. New Years Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day,Thanksgiving Day and Christmas Day 9.Offeror Responsiblities: The Government requires the offeror to undertake production of such quantities of the product as are necessary to reasonably assure the Government of an uninterrupted supply of the product based upon an anticipated weekly usage. DEFINITIONS 1."BPA" A blanket purchase agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply 2."CO" Contracting Officer 3."Contractor" Provider of prescribed medical supplies/equipment 4."COTR" Contracting Officer Technical Representative 5."F.O.B Destination" means free on board at destination; i.e., the seller or consignor delivers the goods on seller's or consignor's conveyance at destination. Unless the contract provides otherwise, the seller or consignor is responsible for cost of shipping and risk of loss 6."VA" Department of Veterans Affairs 7."VA Patients" Veteran Beneficiaries, inpatient and outpatient 8."VABHS" Veterans Affairs Boston Healthcare System DESCRIPTION OF AGREEMENT 1.Contractor will furnish selected supplies/equipment in the quantities selected on a BPA. The contractor is required to make delivery FOB destination to VA patient's home addresses located in Maine, New Hampshire, Massachusetts, Rhode Island, Vermont, and Connecticut. EXTENT OF OBLIGATION 1.The BPA does not obligate any funds. The Government will be obligated only to the extent that authorized BPA Delivery Orders and credit card orders are actually made under this finalized agreement. INDIVIDUALS AUTHORIZED TO SCHEDULE DELIVERIES AND ORDER OFF OF THE BPA 1.ORDERING PROCEDURES: Each facility will order using Delivery Orders off of the established BPA. Each facility will be invoiced for their own Delivery Orders. The Delivery Orders will be placed by telephone, fax or email to the offeror. 2.Each BPA will identify the names of individuals authorized to schedule deliveries under this Agreement. Only authorized Government employees who have been specifically named by the Contracting Officer may schedule deliveries under this agreement. STRICT COMPLIANCE WITH THIS STIPULATION IS IMPERATIVE. 3.Authorized Individuals will be named here after BPA is established. 4.Invoices must reflect the following: "Name of Contractor "BPA number "Date of Purchase "Delivery Order or Purchase Card number "Itemized list of supplies/services furnished "Date of Delivery or Shipment "An itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period and for which payment has not been received. These invoices need not be supported by actual copies of the delivery tickets. (vii) Delivery FOB Destination Deliveries will be schedule by Department of Veterans Affairs Pharmacy Services Supply and a number will be associated with each delivery. VISN 1 Facilities may order off of the resultant BPA after award. VISN 1 FACILITIES Station 518 Station 523 BEDFORD VAMC 200 SPRINGS ROAD BEDFORD MA 01730-1114 Station 631JAMAICA PLAIN VAMC 150 SOUTH HUNTINGTON AVE BOSTON, MA 02130-4817 NORTHAMPTON VAMC 421 NORTH MAIN STREET LEEDS, MA 01053-9764 Station 402 TOGUS VAMC 1 VA CENTER AUGUSTA, ME 04330-6796 Station 608BROCKTON VAMC 940 BELMONT STREET BROCKTON, MA 02301-5596 WEST ROXBURY VAMC 1400 VFW PARKWAY WEST ROXBURY, MA 02132-4927 MANCHESTER VAMC 718 SMYTH ROAD MANCHESTER, NH 03104-7007 Station 650 PROVIDENCE VAMC 830 CHALKSTONE AVE PROVIDENCE, RI 02908-4734 Station 405 WHITE RIVER JUNCTION VAMC 215 NORTH MAIN ST WHITE RIVER JUNCTION, VT 05009-0001 Station 689 WEST HAVEN VAMC 950 CAMPBELL AVE WEST HAVEN, CT 06516-2770 NEWINGTON VA 555 WILLARD AVE NEWINGTON, CT 06111-2631 Pricing: All offerors must provide a complete list of all items they offer under the following categories and each individual item needs to have a list price. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a blanket purchase agreement resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability of the item offered to meet the Government requirement (ii)Price (iii)Past Performance All evaluation factors other than cost or price, when combined, are equally as important as price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.246-70 Guarantee, VAAR 852.273-76 Electronic Invoice Submission, and VAAR 852.246-71 Inspection. HIPPA Privacy Rule defines 'treatment' as the "provision, coordination, or management of health care and related services by one or more health care providers." 45 C.F.R. 164.501. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.224-1, 52.224-2, 52.225-13, 52.225-18,52.232-19, 52.237-3, 52.232-34, 852.215-70, 852.215-71, 852.216-70, 852.219-9, 852.237-70, 852.246-71, 852.273-75, 852.273-76, 52.209-7, (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) RESPONSES ARE DUE Thursday, May 26, 2011 by 4:30 p.m. eastern standard time (EST). Electronic offers will only be accepted; submit quotation to - Heather Simpson, VA Boston Contracting and Purchasing Office, 940 Belmont Street (90C), Brockton, MA 02301, FAX 774-826-3347, or e-mail heather.simpson3@va.gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: Various addresses throughout the following states: Maine, New Hampshire, Massachusetts, Rhode Island, Vermont, and Connecticut. Primary Point of Contact.: Heather Simpson Contracting Officer, Heather.simpson3@va.gov Phone: 774-826-3196 Fax: 774-826-3347 Secondary Point of Contact: n/a
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0786/listing.html)
- Record
- SN02455353-W 20110526/110524234436-a7e8fccba6734f1460127d973a65c00b (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 |