DOCUMENT
Q -- Ostomy Prescription Services - Attachment
- Notice Date
- 1/23/2014
- Notice Type
- Attachment
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914R0156
- Response Due
- 2/28/2014
- Archive Date
- 4/29/2014
- Point of Contact
- Glenn Breitling
- E-Mail Address
-
Glenn.Breitling@va.gov
(glenn.breitling@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation VA259-14-R-0156, Ostomy Prescription Services General. The Veterans Healthcare Administration Salt Lake City Health Care System (VASLCHCS) has a requirement for ostomy prescription services for outpatients of the VA Salt Lake City Health Care System, Salt Lake City, Utah and to inpatients at the time of discharge for the initial set up and instructions of ostomy products. The successful contractor will provide ostomy services as initial issues/original ostomy prescriptions and for refill/resupply of ostomy prescriptions to approximately 300 veterans in the state of Utah and veterans in parts of Nevada, Wyoming, Idaho, and Montana. The supplies will be provided in 4 ways: (1) Direct mail to veteran's location, (2) Pickup at contractor's business, (3) Delivery to veterans in the local vicinity of the VA Medical Center located at 500 Foothill Drive in Salt Lake City. Local vicinity is defined as within a 30 mile radius from the VA Medical Center, and (4) Delivery to the VASLCHCS Pharmacy at the Medical Center. An integral part of the requirement is customer service which entails product knowledge and interactions with the veterans with confidential, caring and understanding of patient concerns, and communications back to the VA Enterostomal Therapy Nurses. The contractor shall stock the inventory identified as Standard on the Ostomy Supplies List and be able to provide the Custom items when ordered. The ostomy supplies list has like items which are manufactured by more than one company so that the veteran's prescription meets the unique needs of each veteran patient as prescribed the VA Clinical Staff. The contractor shall provide all space, equipment, supplies, tools and materials to manage the required services and supplies. The supplies list includes items identified as "Custom" which are not required to be stocked but provided as special order items. All ostomy products, Standard and Custom, will be priced to include all services, delivery, mailing and costs contingent with providing the supplies in all of the four ways listed above. The successful contractor shall have an established business located within the Salt Lake City metropolitan area. Performance Period: The contract will be a firm fixed price contract established for a 12 month period anticipated to be April 1, 2014 through March 31, 2015 with 4 consecutive twelve month option periods. Establishing the option periods does not commitment the government to execute and obligate an option. The contractor will not normally be expected to provide products or services on the following government holidays: New Year's Day, Martin Luther King's Day, President's Day, Memorial Day, July Fourth, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day. However, in unusual and extenuating circumstances, a veteran may need a product delivered on a holiday. This will be coordinated directly with the Enterostomal Therapy Nurses giving as much lead time as possible. Type of contact: The government will award one firm fixed price indefinite delivery/ indefinite quantity contract in accordance with FAR 16.5 with the successful offeror. The solicitation for this requirement is full and open after exclusion of sources, this is a 100% set aside for small businesses. The contract has a requirement for ostomy prescription services and products with the potential requirement listed in E1 Ostomy Supplies List. The essential element is the service of providing the supplies to the VA and the veteran patients. The Ostomy Supplies List is estimated to be approximately a 30 day requirement. The products will be priced to reflect all the associated costs of services, which include but are not limited to delivery and provision of direct patient care, for example, handling patient calls, mailing and delivery of prescriptions and patient pickup of supplies. There will not be separate pricing for any services associated with this contract. The NAICS code for this procurement is 621999, Other Miscellaneous Healthcare Services, with a size standard of $14 million as found in 13 CFR & 121.104. The request for proposal is anticipated to be available on or about February 7, 2014. All prospective offerors must: apply for or have a Dun and Bradstreet Number at www.dnb.com, be registered in the U.S. Federal Government System for Award Management, SAM, at www.sam.gov; and registered in the VA's Veteran Owned Small Business database at www.vetbiz.gov, if seeking credit as a Veteran Owned Small Business. Vendors must submit a complete offer package in order to be considered and evaluated for potential award. A complete offer package consists of: -1. Standard Form 1449, Solicitation/Contract/Order for Commercial Items. Complete Block 17a. Contractor Name, Address, Phone and eMail information. Blocks 30 a, b & c. Signature, Name, Title and Date. -2. Copy of page 1 of the completed Annual Online Representations and Certifications, ORCA, found online at http://orca.bpn.gov. This must be updated annually and the current date must be current and within a year of the date of offer. -3. Completed B.2 RECAP OF Schedule of Services/Prices and the B.2 Schedule of Prices for the base year plus a proposal for each of the 4 option years. The B.2 RECAP of Schedule of Prices and B.2 Schedule of Prices will be available in excel format from the Contract Specialist. -4. Contractor's registration in SAM must be active and not expired. Expired registration will disqualify contractor's offer, verify registration at www.sam.gov. Additionally the following information and submittal requirements shall be completed and provided with each proposal to the contracting officer. A complete proposal shall contain all documents and information as requested above and in FAR 52.212-1 (b) (1 -11), Instructions to Offerors-Commercial Items and all the information requested in FAR 52.212-2, Evaluation of Commercial Items for each of the four evaluation factors. Proposals are requested to include past performance documentation from no more than 4 references. A proposal that is missing documents, data and or information requested will be considered incomplete and may not be evaluated. (1)Proposals will be submitted electronically as a.pdf attachments to an email to the contracting officer; glenn.breitling@va.gov. (2)Proposals will also include a compact disc that has all required documents, information and data as requested for a complete proposal. Deliver the compact disc to : VA, VISN 19 Network Contracting Office, 515 East 100 South Suite 400, ATTN: Glenn Breitling, Salt Lake City, UT 84102.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0156/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-R-0156 VA259-14-R-0156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1174321&FileName=VA259-14-R-0156-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1174321&FileName=VA259-14-R-0156-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-R-0156 VA259-14-R-0156_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1174321&FileName=VA259-14-R-0156-000.docx)
- Place of Performance
- Address: VA Salt Lake City Healthcare System;500 Foothill Blvd;Salt Lake City, UT 84148
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03272538-W 20140125/140123234026-f650d628616650b023688ec6b380b9af (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 |