Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
DOCUMENT

Q -- VISN 1 First Fill Pharmacy Requirements - Attachment

Notice Date
4/25/2018
 
Notice Type
Attachment
 
NAICS
524114 — Direct Health and Medical Insurance Carriers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;VAMC Manchester;718 Smyth Road, BST Suite 105;Manchester NH 03104-7007
 
ZIP Code
03104-7007
 
Solicitation Number
36C24118Q0248
 
Response Due
5/8/2018
 
Archive Date
7/7/2018
 
Point of Contact
David Heslin
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 1 of 6 First Fill (Emergency) prescription fulfillment services in support of the Veterans Integrated Service Network Region 1 (VISN 1) locations specified below. THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No quotes are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR QUOTES AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. However, all small business owners are encouraged to respond. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 has a requirement for a Contractor to furnish all personnel, supervision, labor, equipment, materials and disposal necessary to perform the following: Preliminary - Specifications/Work Statement 1. The contractor shall provide pharmaceutical products and services to VA beneficiaries seen at Medical Center Emergency Rooms (During periods when the Outpatient Pharmacy is unavailable), CBOCs and Mobile Coaches identified below as follows: a. These services shall include the dispensing of pharmaceuticals listed on the VA National Drug Formulary (www.pbm.va.gov/) when clinic professional staff determine that the need for pharmaceutical(s) is emergent and it is in the best interest of patient care. Patients must be examined at the Medical Center/CBOC/Mobile Coach before a prescription can be written. Patients presenting at the contractor pharmacy must provide a written prescription issued by the VA provider. No phoned in prescriptions are allowed. Only new prescriptions will be filled. A new prescription is defined as a written or electronically transmitted prescription for a drug product and strength that has not been previously dispensed to the beneficiary in the past twelve (12) months. A repeat order for the same drug product within twelve (12) months, even if transmitted as a new prescription order, is not considered a new prescription. Exceptions may be made for second courses of antibiotic therapy. In rare instances where refills of drugs listed on the VA National Drug Formulary may be necessary, there must be a pre-authorization and so noted on the invoice. Patients must pick up the prescriptions at the contracted pharmacy. Contractor shall not mail or deliver filled prescriptions to the patient. b. Only prescriptions from VA authorized practitioners may be filled under the contract. Prescriptions will be written on VA prescription form 10-2577F, and hand carried by the beneficiary, or faxed from a VISN 1 provider s office. The contractor must review all prescriptions to ensure that the prescriber is a VA VISN 1 authorized practitioner. Prescriptions from non-VA authorized practitioners may not be filled under the contract and will not be reimbursed. Herbal products or non-formulary over-the-counter products will not be reimbursed. The Contracting Officer s Representative(s) (COR) for the parent locations referenced below will provide a list of providers authorized to prescribe for supported locations. c. Prescriptions will be filled for legend drugs listed in the VA National drug formulary. The contractor must review all prescriptions to ensure that the product is listed on the emergent formulary. The VA reserves the right to add or delete drugs from the formulary upon notification of the Contractor. d. The VA is not responsible for payment of any prescription for products not on VA National formulary even if ordered by VA authorized practitioner unless preauthorized. If a VA authorized practitioner prescribes a product not on the emergent formulary, the contractor pharmacist shall notify the patient that the prescription is not covered and that the patient will be responsible for the cost, payable at that time. e. Requests to review retroactive requests for exceptions will only be accepted if the emergent prescription need was presented at the contract pharmacy during the hours that the VA Medical Center Outpatient Pharmacy was closed. 2. Unless otherwise pre-authorized, prescription fills for authorized drugs shall be limited to a maximum of a 7-day supply. Exceptions: antibiotics may be filled with up to a 10 day supply; and, in the instance where the minimum dispensing unit (vial, inhaler) exceeds the limit as prescribed. Additionally, VA formulary Class II emergency prescriptions are limited to a 3 day supply.     3. Prescriptions should be filled within two (2) hours with no more than a twenty-four (24) hour delay if necessary to obtain the drug. The prescription must be picked up by the patient and may not be mailed or delivered. 4. Prescriptions filled under this contract must be filled using the least expensive AB rated generic equivalent drug product the pharmacy has in stock. a. The Contractor shall, to the greatest extent practicable, use generic medications. Brand name drugs shall be issued only if generic versions are not available. Generic drugs shall be FDA AB rated, have identical active ingredients, dosage, safety, strength, usage directions, quality, performance and intended use as brand-name versions. Generic drugs shall be dispensed if available and only if in the professional judgment of the pharmacist, are safe, effective, of equal strength, quantity, quality and dosage as brand name drug. Generic drugs shall meet all federal and state regulatory specification as brand name drugs. The generic name shall be displayed on all labels for all medication. 5. The filling of prescriptions will be inclusive of patient medication profile review and proper filling and labeling in accordance with proper pharmacy practices and state requirements. 6. Procedures will include appropriate patient education and counseling to the veteran or caregiver for each prescription filled. Counseling offered will be consistent with the Omnibus Budget Reconciliation Act (OBRA) 1990 requirement to ensure appropriate use and optimal outcomes from drug therapy. 7. Medication errors, adverse drug reactions or allergy reactions related to medications dispensed under this contract must be reported immediately to the VA provider who wrote the prescription. This communication must be documented in the Pharmacy s patient prescription record and must include the name of the person contacted and the time and date the communication took place. 8. The contractor must have a pharmacy within a 10 mile radius of each covered location. Exceptions to the availability or distance requirement may be considered by the VA. 9. Additional geographic areas may be added by mutual agreement, as services are needed for new CBOCs, Mobile Coaches etc. 10. The Contractor will provide a monthly report (within 10 days following the last day of the month services were rendered) electronically by Excel spreadsheet to the COR(s) designated for the covered locations providing information regarding the prescriptions dispensed. 11. Veterans will not be charged prescription or medication co-pay. 12. Qualifications: The Contractor shall ensure all employees, agents, sub-contractors, or anyone acting for or on behalf of the Contractor, is properly licensed under applicable federal and state law. 13. Work hours: (1) Work hours: The contractor shall provide pharmacy hours seven days a week, including holidays from at least 9:00AM through 9PM. 14. Confidentiality and Security The contractor shall ensure the confidentiality and security of all patient information. The contractor shall comply with the provisions of the Privacy Act of 1974. In accordance with the requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPPA), the Contractor shall be required to enter into a Business Associate Agreement (BAA) with the Department of Veterans Affairs. VISN 1 Locations Covered: Station 402 (Parent) - VAMC Togus 1 VA Center Augusta, ME 04330-6796 CBOCs Bangor Mental Health Clinic Lewiston/Auburn VA Clinic 35 State Hospital Drive Army Reserve Training Center Bangor, Me 04401 1072 Minot Ave. Auburn, Me 04210 Calais VA Clinic Saco VA Clinic 50 Union St 655 Main St Calais, Me 04619 Saco, Me 04072 Lincoln Outreach Clinic Bangor VA Clinic 99 River Road 35 State Hospital Drive Lincoln, Me 04457 Bangor, Me 04401 Rumford VA Clinic Portland Mental Health Clinic 431 Franklin St 509 Forrest Ave Rumford, Me 04276 Portland, Me 04101 Caribou VA Clinic 163 Van Buren Rd Suite 6 Caribou, Me 04736 Mobile Coach Location: Bingham Clinic 241 Main St. Bingham, ME 04920 Station 689 (Parent) - VA Connecticut Healthcare System VAMC West Haven VAMC Newington 950 Campbell Ave 555 Willard Ave West Haven, CT 06516-2770 Newington, CT 06111-2631 CBOCs New London Willimantic 4 Shaw s Cove 1320 Main Street Suite 101 Willimantic, CT 06226 New London, CT 06320 Stamford Winsted 1275 Summer Street Winsted Health Center Suite 102 115 Spencer Street Stamford, CT   06905 Winsted, CT 06098 Waterbury Danbury 95 Scovill Street 7 Germantown Road Waterbury, CT 06706 Suite 2B Danbury, CT 06810 Station 650 (Parent) - VAMC Providence 830 Chalkstone Ave Providence, RI 02908-4734 CBOCs Hyannis 233 Stevens St Hyannis, MA  02601 Middletown One Corporate Place Middletown, RI  02842 New Bedford 175 Elm Street New Bedford, MA  02740 OTHER The following two VAMC Providence related locations do not have CBOCs, however Pharmacy coverage is required. (VA Choice providers are located on these islands and contact information for them and providers for all other locations covered will be provided by the COR(s) subsequent to any solicitation/award.) Martha s Vineyard, MA Nantucket, MA 4. Station 631 (Parent) - VA Central/Western Massachusetts VAMC Northampton 421 Main Street Leeds, MA 01053-9764 CBOCs Springfield Pittsfield 25 Bond Street 73 Eagle Street Springfield, MA 01104 Pittsfield, MA 01201 Worcester Fitchburg 605 Lincoln Street 275 Nichols Road Worcester, MA 01605 Fitchburg, MA 01420 Greenfield 143 Munson Street Greenfield, MA 01301 Station 523 (Parent) - VA Boston Healthcare System VAMC Brockton VAMC Jamaica Plain 940 Belmont Street 150 South Huntington Ave Brockton, MA 02301-5596 Boston, MA 02130-4817 VAMC West Roxbury 1400 VFW Parkway West Roxbury, MA 02132-4927 CBOCs Causeway Street Plymouth 251 Causeway Street 116 Long Pond Road, Suite 4 Boston, MA 02114 Plymouth, MA 02360 Lowell Quincy 10 George Street 110 West Squantum Street Gateway Center Quincy, MA 02171 Lowell, MA 01852 Framingham 61 Lincoln Street, Suite 112 Framingham, MA 01702 Station 518 (Parent) - VAMC Bedford 200 Springs Road Bedford, MA 01730-1114 CBOCs Gloucester Lynn 298 Washington Street 225 Boston Road, Suite 107 Gloucester, MA 01930 Lynn, MA 01904 Haverhill 108 Merrimack Street Haverhill, MA 01830 Station 608 (Parent) - VAMC Manchester 718 Smyth Road Manchester, NH 03104-7007 CBOCs Portsmouth Somersworth Pease International Tradeport 200 Route 108 302 Newmarket Street Somersworth, NH 03878 Portsmouth, NH 03803 Tilton Conway 630 West Main Street, Suite 400 71 Hobbs Street Tilton, NH 03276 Conway, NH 03818 Station 405 (Parent) -VAMC White River Junction 215 North Main Street White River Junction, VT 05001-3833 CBOCs Colebrook Bennington 141 Corliss Lane 186 North Street Colebrook, NH 03576 Bennington, VT 05201 Brattleboro Burlington 71 GSP Drive 128 Lakeside Ave, Suite 260 Brattleboro, VT 05301 Burlington, VT 05401 Keene Littleton 640 Marlboro Street 685 Meadow Street Keene, NH 03431 Littleton, NH 03561 Newport Rutland 1734 Crawford Farm Street 232 West Street Newport, VT 05855 Rutland, VT 05701 Mobile Coach Location Androscoggin Valley Hospital 59 Page Hill Road Berlin, NH 03570 Limitations on Subcontracting, the prime contractor must perform 50% or more of the contract. For services, this is defined as 50 percent of the cost of personnel for contract performance (direct labor cost on payroll). Prior Government contract work is not required to submit a response under this sources sought synopsis. The intent of the project is to award a five (5) year single award Blanket Purchase Agreement (BPA). The NAICS Code is 524114 and the size standard is $38.5 Million.   This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Registration may be accomplished at http://www.vClip.vetbiz.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to technical capability of performance for requirements to include references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) (4) include socio-economic status to identify business as being an SDVOSB, VOSB, SB, Woman Owned, etc. and (5) any other pertinent company documentation. The response date to this Sources Sought notice is May 8, 2018 at 1630 EST. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via david.heslin@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/36C24118Q0248/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0248 36C24118Q0248_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256749&FileName=36C24118Q0248-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4256749&FileName=36C24118Q0248-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04900178-W 20180427/180425230641-7b3679396770ff13dfb92573e0fce746 (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  © 1994-2020, Loren Data Corp.