MODIFICATION
Q -- PHARMACY SERVICES - CLINTON OK
- Notice Date
- 2/24/2017
- Notice Type
- Modification/Amendment
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-17-Q-0013
- Archive Date
- 4/15/2017
- Point of Contact
- Edson Yellowfish, Phone: 405-951-3888
- E-Mail Address
-
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-17-Q-0013. This procurement is 100% small business set-aside under NAICS code 621399 with a standard business size of $7.5M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 13 2017. Contractor shall provide a firm, fixed-price hourly rate for 2000 hours, for one year period of service. Estimated start date is April 1 2017. The closing date for receipt of quotes is March 8 2017. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on March 8 2017. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. No phone inquiries! STATEMENT OF WORK: CONTRACT PHARMACIST DESCRIPTION OF SERVICES Contractor shall provide pharmacist services for the Clinton Indian Health Center Pharmacy and other duties as assigned within the Clinton Service Unit Pharmacy. The Chief of Pharmacy or designated representative will conduct the evaluations of the contractor's performance. The contractor shall advise the Chief of Pharmacy or designated representative of any problem(s) encountered in connection with meeting the needs of patients served by the pharmacy department. Responsibilities Using the RPMS package and Electronic Health Record, the contractor shall provide all required pharmacist duties and services for the Clinton Indian Health Center and other duties as assigned within the Clinton Service Unit Pharmacy to include the following:. 1. Processing of daily prescription orders from providers, filling of prescriptions, dispensing of new prescription medications and refills and extensive patient counseling. Assures patient understanding of medications, potential side effects, drug interactions and expected outcomes, contractor completes all necessary documentation in pharmacy records. 2. Processing, receiving and reconciling daily vendor medication orders, monitoring of the pharmacy window and pharmacy phone calls. 3. Perform daily maintenance on pharmacy automation equipment, refilling of drug cassettes, prescription vials and labels. 4. Assist in daily pharmacy mail-out program as needed. 5. Management of the pharmacy call-in refill line and processing refill call-in prescriptions as indicated. Inventory management shall include controlled drug perpetual inventories and "return to stock" medications. 6. Greets and directs patients, families, and visitors utilizing public relations principles and practices. 7. Assist in point-of sale activities as needed. 8. Contractor shall confer to the Chief Pharmacist and abide to all duties assigned. Clerical Support Contractor shall provide clerical support and apply typing proficiency in the use of such equipment as personal computers to type memoranda, correspondence, etc. for the pharmacy department and providers as requested to include the following: 1. Prescription authorizations faxed and received as needed. 2. Maintain the pharmacy area in a clean and orderly manner, compliant with The Joint Commission (TJC), Safety and Infection Control standards and Environment of Care. 3. Assist in department, facility and Service Unit TJC programs as assigned. 4. Support and promote the department, facility and IHS' vision and mission objectives. 5. Participate in all required HIPAA functions. 6. Maintain current licensure; attend required facility and department in-service and training. Respond correctly to all safety codes (mock or real). 7. Assist to maintain pharmacy waiting area as a safe environment, free of hazards. Other duties The contractor shall perform special assignments as requested to fulfill objectives of the department, facility or service unit. Schedule of Work The contractor shall provide pharmacy services with such hours being determined by the Chief Pharmacist or designee, Monday-Friday 8:00am-5:00pm. The Chief of Pharmacy may alter day schedule as work requires. The contractor shall notify the Chief Pharmacist as soon as possible if unable to work during scheduled hours. No Sundays or Federal Holidays are worked. Orientation Orientation with the Clinton Service Unit will be provided on the first day of duty. Reporting Requirements The contractor shall report to the Pharmacy Supervisor upon arrival and report to the Pharmacy Supervisor before leaving duty station. Government Property/Specialty Staff/Support Staff The Government will provide the facilities, supplies and the equipment of the Clinton Service Unit, (El Reno, Clinton & Watonga Indian Health Centers and support staff). The contractor shall be permitted, after completing "Drivers Overview and Fleetcard use" training, to utilize government vehicles (GOV) as necessary for travel within the service unit if required for job duties. Oversight Controls The contractor shall work under the oversight of the Pharmacy Supervisor who defines the objectives, priorities, deadlines, and informs the contractor about changing priorities, unusual deadlines and objectives. Contractor must possess current, unrestricted pharmacy license (any US state or territory) and document annual continuing pharmacy education required for licensure. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license as a pharmacist (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive pricing rate for approximately 2000 hours (5) Two past performance references to include the contact name phone number, contract number, company name, brief description of project The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (April 1984), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jan 2017) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is March 8 2017 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive hourly rate for services. The estimated quantity is 2000 hours for a one-year period. The estimated start date of award is April 1 2017. C) Current license as a Pharmacist (any U.S. state or territory). D) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. E) Documentation of two past references. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-17-Q-0013/listing.html)
- Place of Performance
- Address: CLINTON INDIAN HEALTH CENTER, 10321 N. 2274 ROAD, CLINTON, Oklahoma, 73601, United States
- Zip Code: 73601
- Zip Code: 73601
- Record
- SN04414325-W 20170226/170224234719-1646dea50c1182b6b4d2868140656752 (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 |