Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2012 FBO #3828
SOLICITATION NOTICE

32 -- Prefilled Anesthesia Syringes April 1, 2012

Notice Date
5/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325412 — Pharmaceutical Preparation Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Pittsburgh Healthcare System;Acquisitions (90A);Pittsburgh PA 15215-1802
 
ZIP Code
15215-1802
 
Solicitation Number
VA24412R0352
 
Response Due
5/30/2012
 
Archive Date
6/6/2012
 
Point of Contact
Elaine F DiBucci
 
E-Mail Address
822-3779<br
 
Small Business Set-Aside
N/A
 
Description
1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This Request for Proposal (RFP) will also use the procedures under FAR Part 13. In accordance with 13.106-2, the contracting officer may take into consideration information such as the contracting officer's knowledge of and previous experience with the services being acquired or other reasonable basis. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The reference/solicitation number is VA244-12-R-0352 and the solicitation is issued as a Request for Proposals (RFP). The combined synopsis/solicitation will result in a contract to the successful offeror. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. 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 (VAAR) Supplement can be accessed on the Internet at http://www.arnet.gov/far (FAR) and the (VAAR) (Federal Acquisition Circular) 4. This requirement is for the service to provide Prefilled Anesthesia Syringes for the Department of Veterans Affairs Pittsburgh. 5. This requirement is applicable NAICS Code is 325412 6. Period of Performance: This requirement shall be for a Base Period of one year with two options to extend the contract for one (1) year. Anticipated Period of Performance Base Period:June 1, 2012 thru May 31, 2013 Option Period 1:June 1, 2013 thru May 31, 2014 Option Period 2:June 1, 2014 thru May 31, 2015 7. Place of Performance: VA Pittsburgh Healthcare System 8. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation --Instructions to Offerors - Evaluation Factors-- All questions and inquiries about this solicitation must be submitted in writing via email to elaine.dibucci@va.gov on or before May 21, 2012 by 4:00 PM. All responses to questions, which may affect offers, will be incorporated into a written amendment to the solicitation. Offerors must submit all proposals electronically by email to elaine.dibucci@va.gov on or before the proposal due date of May 30, 2012 at 4:00 PM. No hardcopy proposals will be accepted, and late offers will not be accepted. Offeror must submit a cost proposal as a separate document. Offeror shall provide a narrative to address each Evaluation Factor. Offerors must present clear evidence of ability to meet or exceed all requirements of this acquisition. ? Proposals shall contain: PRICING PROPOSAL - All cost and price information shall be included in the pricing proposal and submitted as a separate attachment utilizing the price schedule contained in this posting (see attached price schedule). Offeror must indicate pricing on every line item listed in the price schedule or no further consideration will be given to the proposal and it will not be considered for award. TECHNICAL PROPOSAL - Offeror shall provide a narrative to address each evaluation factor or requested documentation as described below. Offeror shall clearly identify DUNS Number on their proposal. Offerors must present clear evidence of ability to meet or exceed all requirements of this acquisition. Per the Statement of Work herein, the Offeror shall address the following items in their proposal: (1) The Offeror must be a licensed compounding pharmacy or manufacturer, certify so; (2) The Offeror must be a direct provider with no subcontracted services for this procurement (3) The Offeror must certify compliance with United States Pharmacopeia (USP) Chapter 797 regulations for sterile compounding and all applicable local, state, and federal rules and regulations; (4) The Offeror must support extended expiration dating due to exceeding Beyond Use Dating (BUD) (5) The Offeror must meet labeling requirements for product (6) The Offeror must meet a 96 hour delivery time from order placement (7) The Offeror must verify staff training and experience PAST PERFORMANCE INFORMATION - The Offeror shall provide at least three (3) but no more than five (5) current or past contracts that were successfully completed that are similar in scope to the current solicitation. Offeror shall describe the experience that demonstrates proficiency in the service providing Prefilled Anesthesia Syringes. Include the following information for each contract and subcontract: (a)Name and address of contracting activity (b)Name and telephone number of Contracting Officer (c)Name and telephone number of Program Manager/COTR (d)Dates of contract performance (e)Total Contract Value 9. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract 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: Price Technical and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation will be performed as follows: EVALUATION - Commercial Items applies to this requirement. The Government will award a firm fixed price contract 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 Government intends to make a single award on the best value to the Government. The following factors shall be used to evaluate offers: Price Technical and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Evaluation will be performed as follows: PRICE: In order to determine price, an aggregate of all items will be determined based on the completion of the attached Price Schedule. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). TECHNICAL: The Government will evaluate proposals based on the possession of all required licenses and permits, as well as the requested narratives, listed in this solicitation. If the Offeror fails to provide the required documentation no further consideration will be given to the proposal and it will not be considered for award. The proposal must adequately address all aspects of the Statement of Work items and deliverables. Offerors must display adequate understanding of the requirement. PAST PERFORMANCE: Proposal shall be evaluated based on submission of the required number of previous contracts demonstrating past performance. Offerors not able to submit the minimum number of previous contracts will be given a neutral rating. Interviews with previous customers may or may not be conducted. 10. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either: (1) return a completed copy of this provision with its proposal (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your proposal. 12. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. 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: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.222-3, Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40, Notification of Employee Rights under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act-Supplies 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13, Restriction on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class: Order Filler, Monetary Wage: 13.89/Hr, Fringe: H&W 3.59/Hr Wage Determination No.: 2005-2485, Revision No.: 10, Date Of Revision: 06/13/2011 (Attached) Other Applicable Clauses/Provisions: FAR52.213-1 Type of Contract - The Government contemplate awarding one Firm Fixed Price, Requirements contract resulting from this solicitation. FAR 52.216.18, Ordering FAR 52.216-21, Requirements FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-19, Availability of funds for Next Fiscal Year FAR 52.233-2 Service of Protest FAR 52.237-3, Continuity of Services VAAR 852.203-70, Commercial Advertising VAAR 852.233-70 Protest Content/Alternative Dispute Resolution VAAR 852.233-71 Alternate Protest Procedure VAAR 852.216-70 Estimated Quantities VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.237-70, Contractor Responsibilities VAAR 852.273-74, Award without exchanges VAAR 852.273-76, Electronic Invoice Submission 14. To be awarded this contract, the offeror must be registered in the CCR database. CCR information may be found at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. There are no applicable Numbered Notes that apply. Attachments: 1) Price/Cost Schedule 2) Statement of Work 3) Estimated Usage 3) Wage Determination ATTACHMENT 1 Pricing/Cost Sheets - Prefilled Anesthesia Syringes` BASE YEAR PERIOD 6-1-2012 THROUGH 5-30-2013 Company Name: Company DUNS Number: ProductUnit Cost (Syringe or Bag) Ephedrine 25 mg in 5 ml 0.9% Sodium Chloride in a 5 ml Syringe $ Famotidine 20 mg 10 ml 0.9% Sodium Chloride 10 ml$ Hydromorphone 1 mg/ml in 30 ml 0.9% Sodium Chloride 30 ml PCA cartridge$ Phenylephrine 800 mcg in 10 ml 0.9% Sodium Chloride in 10 ml Syringe$ Phenylephrine 20 mg in 250 ml 0.9% Sodium Chloride 250 ml bag$ Rocuronium 50 mg repackaged 5 ml in a 10 ml Syringe$ Succinylcholine 200mg repackaged 10ml in a 10ml syringe$ Vecuronium 10 mg in 10 ml Sterile Water for injection in a 10 ml Syringe$ SHIPPING FEE (per shipment)$ Total of all line items Base Year$ ? Pricing/Cost Sheets - Prefilled Anesthesia SyringesPage 2 OPTION PERIOD 1 6-1-2013 THROUGH 5-31-2014 Company Name: Company DUNS Number: ProductUnit Cost (Syringe or Bag) Ephedrine 25 mg in 5 ml 0.9% Sodium Chloride in a 5 ml Syringe $ Famotidine 20 mg 10 ml 0.9% Sodium Chloride 10 ml$ Hydromorphone 1 mg/ml in 30 ml 0.9% Sodium Chloride 30 ml PCA cartridge$ Phenylephrine 800 mcg in 10 ml 0.9% Sodium Chloride in 10 ml Syringe$ Phenylephrine 20 mg in 250 ml 0.9% Sodium Chloride 250 ml bag$ Rocuronium 50 mg repackaged 5 ml in a 10 ml Syringe$ Succinylcholine 200mg repackaged 10ml in a 10ml syringe$ Vecuronium 10 mg in 10 ml Sterile Water for injection in a 10 ml Syringe$ SHIPPING FEE (per shipment)$ Total of all line items Option 1 Year$ ? Pricing/Cost Sheets - Prefilled Anesthesia SyringesPage 3 OPTION PERIOD 2 6-1-2014 THROUGH 5-31-2015 Company Name: Company DUNS Number: ProductUnit Cost (Syringe or Bag) Ephedrine 25 mg in 5 ml 0.9% Sodium Chloride in a 5 ml Syringe $ Famotidine 20 mg 10 ml 0.9% Sodium Chloride 10 ml$ Hydromorphone 1 mg/ml in 30 ml 0.9% Sodium Chloride 30 ml PCA cartridge$ Phenylephrine 800 mcg in 10 ml 0.9% Sodium Chloride in 10 ml Syringe$ Phenylephrine 20 mg in 250 ml 0.9% Sodium Chloride 250 ml bag$ Rocuronium 50 mg repackaged 5 ml in a 10 ml Syringe$ Succinylcholine 200mg repackaged 10ml in a 10ml syringe$ Vecuronium 10 mg in 10 ml Sterile Water for injection in a 10 ml Syringe$ SHIPPING FEE (per shipment)$ Total of all line items Option 2 Year$ ? ATTACHMENT 2 STATEMENT OF WORK VA Pittsburgh Healthcare System (VAPHS) Expectations of Anesthesia Syringe Vendor: 1.Daily Schedule: A.Vendor hours of operations. (1)Vendor hours of operations are at least Monday-Friday. VAPHS will be notified of any changes. B.Order Transmission Times. (1)VAPHS and vendor will agree to a specified cutoff time. Vendor must have ability to accept on-line ordering. Pharmacy will be notified via email that an order was placed and shipped. C.Delivery Time. (1)Products will be delivered to VAPHS no later than 96 hours from time the order is placed. Delivery time will be included in the 96 hour timeframe. D.Nonstandard Late Deliveries. (1)Vendor will make every effort to accommodate late or early orders. Delivery will be arranged on per case basis. (2)Vendors will notify VAPHS if a delivery is late in leaving the Vendor pharmacy and may result in a late delivery to the Medical Center. 2.Order Transmission: A.VAPHS will order on-line to Vendor. Alternate method will be faxing to vendor. B.VAPHS fax number is: 412-360-6938. C.Point of Contract Phone number is: 412-360-6220. 3.Delivery Policies: A.Location of Delivery: Vendor will deliver all products to the central pharmacy. B.Location: Room AN125 at VA Pittsburgh Healthcare System University Drive, Pittsburgh, PA 15240. 4.Discontinued Dose Policy: A.If the submitted order needs to be cancelled and Vendor is notified by cutoff time (not yet established), VAPHS will not be charged for the dose. Ideally, the on-line ordering will facilitate this process. B.VAPHS Policies and procedures related to Vendor: (1)Vendor will not release VAPHS deliveries until product count is verified by the vendor. If entire order is not being shipped, VAPHS must be notified prior to shipping. 5.Labeling: A.Vendor will label all products with the agreed upon label definition by both entries. Vendor should provide barcodes on all labels. Label color must conform to standard color practice used by anesthesia associations. B.VAPHS may modify label upon request. 6.Product Recall: A.Contractor shall notify the Contracting Officer administering the contracts within three (3) business days of any recall, removal, modification, or defect of items supplied under contract, for appropriate action. B.Resolution in such circumstances may be made by replacement of item at no cost to the Government, full credit of item toward future purchase, or any other method agreeable to both parties. C.Any freight costs incurred as a result shall be borne by the Contractor, or credited to the Government as appropriate. 7.Returns: A.Any item found to be defective or technically unacceptable as verified by the Contractor shall be returned to the contractor and replaced or credited in the same manner as specified under Product Recall. B.Returns of items for any other reason shall be determined at the mutual discretion of the Government and the Contractor. C.The Contractor shall not be liable for replacement or crediting the Government for any item due to misuse or abuse by Government personnel. 8.Vendor Will: A.Be a licensed compounding pharmacy or manufacturer. Product and services will be provided directly by the vendor and not a subcontracted vendor. B.Follow all standard operating procedures for compliance with United States Pharmacopeia Chapter 797 regulations for sterile compounding. C.Comply will all applicable local, state and federal rules and regulations. D.The vendor will provide data to support the extended expiration dating given to requested medications due to exceeding the Beyond Use Dating (BUD) outlined in the United States Pharmacopeia Chapter 797. E.Use only fully trained and qualified employee. Vendor shall provide VAPHS proof of staff competency as well as certification of the pharmacy at the time the contract is awarded. Training includes: (1)Product knowledge (2)Procedures (3)Aseptic technique (4)Process controls (5)VAPHS specific requirements (6)All final products checked by Licensed Pharmacist 9.Vendor Communication with VAPHS: A.Communication with VAPHS pharmacist will occur as needed by telephone or fax to discuss order submitted by VAPHS or delivery exceptions. B.Quarterly meetings will be held with the Pharmacist and invited staff to discuss any existing problems, policy changes, to review QA reports and to revise customer/Vendor expectations. 10.Quality Improvement: A.All Vendor staff participates in a continuous quality assessment and improvement program which meets requirements, developed by the Joint Commission, the FDA, ISO 9000, and USP 797. B.Vendor will provide a copy of the biannual (every 6 months) IV room certification documenting compliance with USP 797 standards. C.Vendor will meet all Federal, State and Joint Commission requirements for quality assurance. 11.Packing List/Invoice: Vendor will provide a packing list with all deliveries. 12.Anticipated product need and quantity. VAPHS shall be able to increase quantity without penalty, as stated quantity now is the minimum expected need. Likewise, VAPHS shall be able to request additional products other than what is stated below due to practice changes. A mandatory minimum purchase quantity shall not be imposed. It is stressed that the quantities provided below are estimates and are to be used for pricing; quantities are not a contractual statement of precise quantities that the Government will order. The quantities given are estimated only, and no guarantee of their accuracy is either given or implied. The Government will pay only for quantities that are actually ordered and for which the services are fulfilled. ProductEstimated Need Ephedrine 25 mg in 5 ml 0.9% Sodium Chloride in a 5 ml Syringe375 syringes/month Famotidine 20 mg 10 ml 0.9% Sodium Chloride 10 ml350 syringes/month Hydromorphone 1 mg/ml in 30 ml 0.9% Sodium Chloride 30 ml PCA cartridge80 syringes/month Phenylephrine 800 mcg in 10 ml 0.9% Sodium Chloride in 10 ml Syringe500 syringes/month Phenylephrine 20 mg in 250 ml 0.9% Sodium Chloride 250 ml bag175 bags/month Rocuronium 50 mg repackaged 5 ml in a 10 ml Syringe575 syringes/month Succinylcholine 200mg repackaged 10ml in a 10ml syringe300 syringes/month Vecuronium 10 mg in 10 ml Sterile Water for injection in a 10 ml Syringe125 syringes/month ? ATTTACHMENT 3 Estimated Quantities - Prefilled Anesthesia Syringes ProductEstimated Need Ephedrine 25 mg in 5 ml 0.9% Sodium Chloride in a 5 ml Syringe375 syringes/month Famotidine 20 mg 10 ml 0.9% Sodium Chloride 10 ml350 syringes/month Hydromorphone 1 mg/ml in 30 ml 0.9% Sodium Chloride 30 ml PCA cartridge80 syringes/month Phenylephrine 800 mcg in 10 ml 0.9% Sodium Chloride in 10 ml Syringe500 syringes/month Phenylephrine 20 mg in 250 ml 0.9% Sodium Chloride 250 ml bag175 bags/month Rocuronium 50 mg repackaged 5 ml in a 10 ml Syringe575 syringes/month Succinylcholine 200mg repackaged 10ml in a 10ml syringe300 syringes/month Vecuronium 10 mg in 10 ml Sterile Water for injection in a 10 ml Syringe125 syringes/month Anticipated product need and quantity are provided above. VAPHS shall be able to increase quantity without penalty, as stated quantity now is the minimum expected need. Likewise, VAPHS shall be able to request additional products other than what is stated below due to practice changes. A mandatory minimum purchase quantity shall not be imposed. It is stressed that the quantities provided above are estimates and are to be used for pricing; quantities are not a contractual statement of precise quantities that the Government will order. The quantities given are estimated only, and no guarantee of their accuracy is either given or implied. The Government will pay only for quantities that are actually ordered and for which the services are fulfilled. ATTACHMENT 4 Please reference current wage determination for Western PA at the Department of Labor website: http://wdol.gov/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24412R0352/listing.html)
 
Record
SN02749321-W 20120518/120516235509-582afda7d8d83876181a2b57795326bc (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.