Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2015 FBO #4859
DOCUMENT

81 -- COLD CHAIN BPA - Attachment

Notice Date
3/13/2015
 
Notice Type
Attachment
 
NAICS
326140 — Polystyrene Foam Product Manufacturing
 
Contracting Office
Department of Veterans Affairs;National CMOP;5049 South 13th Street;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
VA77015N0032
 
Response Due
3/27/2015
 
Archive Date
5/26/2015
 
Point of Contact
TRESANNA TACIA
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Special Notice Response Due Date: 8:00 AM CST, 27 March 2015 Federal Supply Code: 8135 NAICS Code: 326140,325998, 326199 Contracting Office Address Department of Veterans Affairs, Network Contracting Office 15 (CMOP) 5049 S 13th ST, Leavenworth, KS 66048 DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All submissions will be treated as business confidential materials, become Government property, and will not be returned. Description The Department of Veterans Affairs (DVA) Consolidated Mail Outpatient Pharmacy program (CMOP) is in the process of improving standardization for Cold Chain containers for the CMOP's located at seven locations in the United States. A new standardized Cold Chain BPA is deemed to be in the best interest of the DVA. This Cold Chain Packaging will be used to mail patient prescriptions in durable, secure, temperature controlled packaging, made up of either a mailing pouch, a mailing bag or a cooler; phase change materials (PCM); and additional packing or shipping materials (if required). The purpose of this Request for Information (RFI) is to evaluate industry availability, obtain statements of capability, and gauge interest and capability of small businesses to perform this requirement. Note: RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. Disclaimer: The following requested information to be provided is for planning purposes only and does not constitute an Invitation for Bid, Request for Proposal, Request for Quotation, nor does it restrict the Government as to the ultimate acquisition approach. The government does not intend to award a contract on the basis of this RFI nor is this an indication that the Government will contract for the items contained in this notice. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. The Government will not reimburse respondents for any cost associated with the submission of the information being requested or reimburse expenses incurred to the interested parties for responses. A series of questions regarding capability must be answered. Please reference question number with each response as follows: 1. Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your Organization (i.e. Large Business, Small Business) using as the basis for your response. 2. Responses should identify your organizations experience with and capability in regards to providing large quantities of various sizes of Cold Chain Containers. All quantities of container s (and associated PCMs) are annual approximations of the potential need: Small 2,500,000 Medium 600,000 Large 53,000 X-large 2,000 3. Provide a limited discussion of your companies experience with frequent deliveries (once to twice weekly) to multiple locations & emergency delivery within 2-3 business days with deliveries of containers s to multiple locations; see DRAFT SOW section 1.0 "Schedule". Include the capability of your production/distribution facilities in meeting the delivery schedule. 4. Discuss your company's capability to provide cold chain supplies (see DRAFT SOW) 5. If your company has an active contract on the Federal Supply Schedule program, what is the contract number? 6. Is your company currently providing similar services to another government agency or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customers' identity, please address whether your company offers the same or similar services commercially (outside of the federal government). 7. Identify your company's Small Business size status based upon the applicable NAICS codes of 326140, 325998, 326199. For more information refer to http://www.sba.gov/. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-owned Small Business Historically Underutilized Business Zone (HubZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 8. The Government has selected the applicable NAICS code for this effort based upon the type of system to be provided to NCO 15. If in responding to this RFI you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort along with detailed supporting rationale. 9. Provide any other pertinent information as deemed necessary to demonstrate your and any proposed team member's capabilities and prior experience as it relates to the requirements set forth above. 10. Is your firm currently registered in VA's Vendor Information Pages (VIP) database? Yes ____ No ____ 11. List any General Services Administration (GSA) Schedules or National Acquisition Center (NAC) contracts that you are currently performing under. Submittal Information The VA is looking to receive input from vendors capable of providing and delivering the above requirements. Interested parties may submit a capability statement, no more than five (5) pages, for your company. Please include company name, company address, and DUNS Number. Structure of Responses - should be provided in the order as presented in this RFI. All submissions must be in Microsoft Word or Adobe PDF 1-inch margins and 11 point Arial or Times New Roman font. Limit response to a maximum of 5 pages. Provide Point of Contact Information The Point of Contact (POC) for this RFI is as follows: NAME: Tresanna Tacia Title: Contract Specialist Email: tresanna.tacia@va.gov Contractors should respond to this RFI by e-mail (only) to tresanna.tacia@va.gov with the subject line reading "RFI CMOP Cold Chain Packaging". Places of Performance 1.Leavenworth Consolidated Mail Outpatient Pharmacy located at 5000 S. 13th Street, Leavenworth, KS 66048 2.Northeast Consolidated Mail Outpatient Pharmacy located at 10 Industrial Avenue, Chelmsford, MA 01824 3.Southwest Consolidated Mail Outpatient Pharmacy located at 3675 East Britannia Drive Tucson, AZ 85706-5041 4.Dallas Consolidated Mail Outpatient Pharmacy located at 2962 South Longhorn Drive Lancaster, TX 75134 5.Midsouth Consolidated Mail Outpatient Pharmacy located at 5171 Sam Jared Drive, Murfreesboro, TN 37130 6.Great Lakes Consolidated Mail Outpatient Pharmacy located at 5th Avenue & Roosevelt Road, Bldg 37 NW, Dock 19, Hines, Illinois 60141 7.Charleston Consolidated Mail Outpatient Pharmacy located at 3725 Rivers Avenue, North Charleston, SC 29405 STATEMENT OF WORK The Consolidated Mail Outpatient Pharmacy fulfills an estimated 120 million prescriptions a year for the Department of Veteran Affairs. There are seven locations: Charleston, South Carolina Chelmsford, Massachusetts Dallas, Texas Hines, Illinois Leavenworth, Kansas Murfreesboro, Tennessee Tucson, Arizona Background: The DVA has identified a need to standardize cold chain supplies across all or most CMOPs to safely transport pharmaceuticals and capture possible discounts available for volume. 1.0 SCHEDULE: Orders will be issued for cold chain supplies to seven VA Consolidated Mail Outpatient Pharmacies at the following addresses: a. Leavenworth Consolidated Mail Outpatient Pharmacy located at 5000 S. 13th Street, Leavenworth, KS 66048 b. Northeast Consolidated Mail Outpatient Pharmacy located at 10 Industrial Avenue, Chelmsford, MA 01824 c. Southwest Consolidated Mail Outpatient Pharmacy located at 3675 East Britannia Drive Tucson, AZ 85706-5041 d. Dallas Consolidated Mail Outpatient Pharmacy located at 2962 South Longhorn Drive Lancaster, TX 75134 e. Midsouth Consolidated Mail Outpatient Pharmacy located at 5171 Sam Jared Drive, Murfreesboro, TN 37130 f. Great Lakes Consolidated Mail Outpatient Pharmacy located at 5th Avenue & Roosevelt Road, Bldg 37 NW, Dock 19, Hines, Illinois 60141 g. Charleston Consolidated Mail Outpatient Pharmacy located at 3725 Rivers Avenue, North Charleston, SC 29405 All items must be delivered F.O.B. Destination. Shipping costs will be paid for by the Contractor. STATEMENT OF WORK 2.0 DESCRIPTION OF PRODUCT All CMOPs utilize coolers to transport cold chain products with varying usage due to seasonal variation. These numbers are estimates based on current usage and are subject to change at any time due to drug shortages, weather temperature fluctuations, formulary changes and/or centralization of cold chain product distribution. a.The container provided for this contract must be pre-qualified to maintain 2-8 ° C for at least 32 hours, using VA summer and winter profiles for overnight home delivery. The Vendor must provide copies of the temperature qualification studies at no additional expense. VA Temperature Profiles: 32 Hour Summer Profile: The entire thermal container or mailer shall be placed in the environmental chamber and exposed to the profile of: +25 ēC==>==>==> +35 ēC ==>==>==> +30 ēC ==>==>==> +35 ēC ==>==>==> 32hrs (10hrs) (2 hrs) (12 hrs) (8 hrs) 32 Hour Winter Profile: The entire thermal container or mailer shall be placed in the environmental chamber and exposed to the profile of: +18 ēC ==>==>==> -10 ēC ==>==>==> +10 ēC ==>==>==> -10 ēC ==>==>==> 32hrs (10hrs) (2 hrs) (12 hrs) (8 hrs) b.If the container provided for this BPA is a box, it shall have a molded top to ensure a tight seal. c.If the container provided for the BPA is a box, it must be supplied already assembled. d.The container, and all its components, shall not exceed UPS dimensional weight (WxLxH/194 for air) of #5 for a small container, #7 for a medium container, #9 for a large container and #11 for an extra-large container when ready to ship. The UPS air dimensional weight divisor of 194 is subject to change with postal rate changes, however the sizes of the coolers and payload dimensions will remain consistent. e.The container shall be able to accommodate the payload dimensions defined in Attachment B. f.UPS no longer requires an outer corrugated shipping box for refrigerated containers, therefore this is not a requirement as long as the temperature maintains the VA temperature profile for 32 hours. If no outer box is provided, the vendor shall guarantee integrity of the container through the mail stream. g.If the container is a pouch, regardless of its size, it shall not exceed the size of a large standard UPS shipping box of 18"x13"x3". h.If the container is a pouch, it shall be tamper resistant, water resistant and withstand rough handling in transit. i.If the container is a pouch, the outside shall be made of an opaque matte material so that the contents inside the bag cannot be seen on the outside. The pouch shall be able to be printed on without ink smears. j.None of the material shall be hazardous or toxic. The composition of all of the products used in the cold chain packaging must be provided with the quote and samples, demonstrating that it is non-toxic. k.The Vendor must provide written instructions on how to pack each size container. The instructions shall accompany each CMOP's initial shipment. The instructions shall not exceed a 9th grade reading level based on Flesh-Kincaid standards. The packing instructions shall be based on the prequalification studies required in 17a. Structure of Responses: Responses are requested no later than 8:00AM on March 27, 2015 via email to TRESANNA.TACIA@VA.GOV. The Primary Point of Contact (POC) for this RFI is as follows: Tresanna Tacia, Contracting Officer (NCO 15).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49fc8a277e73758575a5e0234d4b65b8)
 
Document(s)
Attachment
 
File Name: VA770-15-N-0032 VA770-15-N-0032_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1916523&FileName=VA770-15-N-0032-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1916523&FileName=VA770-15-N-0032-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03667747-W 20150315/150313235250-49fc8a277e73758575a5e0234d4b65b8 (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.