Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

65 -- Snap Plus Annual Subscription Fee

Notice Date
7/16/2020 8:40:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334613 — Blank Magnetic and Optical Recording Media Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0880
 
Response Due
7/22/2020 8:59:00 PM
 
Archive Date
08/21/2020
 
Point of Contact
Christopher A. Callihan, Contracting Officer, Phone: 216-447-8300, Fax: 216-447-8310
 
E-Mail Address
christopher.callihan@va.gov
(christopher.callihan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 04 Date: 06/10/20 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-06. This solicitation is set-aside for Small Business The associated North American Industrial Classification System (NAICS) code for this procurement is 334613, with a small business size standard of1000 Employees. The FSC/PSC is 6515. The Department of Veterans Affairs, Network Contracting Office (NCO) 10, 6150 Oak Tree Boulevard, Independence, OH 44131 is seeking to Drug Supply Chain Security Act (DSCSA) Software. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 1.00 EA ________ ________ SNAP PLUS ONE TIME IMPLEMENTATION FEE 09/01/2020-08/31/2021 0002 1.00 EA ________ ________ SNAP + YEAR 1 ANNUAL SUBSCRIPTION FEE 09/01/2021-08/31/2022 0003 1.00 EA ________ ________ SNAP + YEAR 2 ANNUAL SUBSCRIPTION FEE 09/01/2022-08/31/2023 0004 1.00 EA ________ ________ SNAP+ YEAR 3 ANNUAL SUBSCRIPTION FEE 09/01/2023-08/31/2024 0005 1.00 EA ________ ________ SNAP+ YEAR 4 ANNUAL SUBSCRIPTION FEE 09/01/2024-08/31/2025 0006 1.00 EA ________ ________ SNAP+ YEAR 5 ANNUAL SUBSCRIPTION FEE 09/01/2025-08/31/2026 GRAND TOTAL ________ STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR). Name: Julianne Kapis, CPhT Section: Pharmacy Service Address: 10701 East Blvd. Cleveland, OH 44106 2. Contract Title. Drug Supply Chain Security Act (DSCSA) Compliance Software 3. Background. In 2013 the Drug Quality and Security Act was sign into law and this included the Drug Supply Chain Security Act. DSCSA requires Dispensers (the VA) to meet certain requirements of tracking prescription medications through the supply chain with increasing responsibilities over a 10-year period. We do not meet the current requirements of tracking T3 data (transaction history, information and statement) and of validating our authorized trading partners licensure and authorization on an ongoing basis. By November 2020 we will be required to meet additional requirements including serialization and tracing of products to the individual unit level. There is currently no functionality within our system to accomplish these goals for all of our trading partners. We are also required to report any suspect products to the FDA. This software will allow users to do that automatically through current scanning functions. In addition to these requirements certain companies have the ability to track medications throughout the entire supply chain. This would provide significant cost savings in redirecting soon-to-expire products to sites that will use them faster, as well as enabling patient recalls to be tracked down to the specific patient level in the inpatient wards and clinics, which is not currently possible with existing systems. This feature would also allow for more precise distribution channels ensuring we are getting the correct products to the correct areas to best meet our Veterans needs. 4. Scope. The VA Northeast Ohio Healthcare System Pharmacy Service is requesting Drug Supply Chain Security Act (DSCSA) compliance software. 5. Specific Tasks. 5.1 Task 1 Drug Supply Chain Security Act (DSCSA) Compliance Software The contractor shall provide software that enables the VANEOHS to achieve and maintain DSCSA compliance. This software will have the following capabilities: Shall provide tracking of transaction history, information, and statement (T3) data Shall store T3 documents for the required minimum of six (6) years and process documents in compliance with the FDCA Sec. 581 (27) (A-G). Software shall be able to receive, update, and provide required transaction documents for all shipments/receipt of drug, returns, drop shipments, and exceptions, including product exchange to institutions outside of Customer and Customer s definition. Shall provide for continual validation of authorized trading partners licensure and authorization Shall provide serialization and tracing of products to the individual unit level Shall provide workload neutral (must be incorporated into current scanning and maintain or reduce workload for end users) Shall provide reporting of suspect product to FDA Shall provide be cloud based with single tenant environment with updates controlled by the Customer Shall provide customizable and adaptable to meet our specific needs Shall provide ability to communicate with several different commercial off the shelf solutions on independent VLANs Shall provide ability to use existing scanners, which vary by location Shall provide interface with VistA, CPRS, and Pharmacy management systems Software Shall be the single source for storing & retrieving DSCSA documents. Software will enable Customer to meet the DSCSA requirement for information within the 2-day timeframe, in response to an FDA request. Shall provide monitor and audit T3 documents for missing or unknown NDCs, addresses, or description fields as required Shall provide timely system updates in response to changes in DSCSA regulations 5.2 Task 2 Maintenance and Support The contractor shall provide the necessary maintenance and support for the software detailed above. 6. Place of Performance The DSCSA compliance software will function within Pharmacy Service at the following locations: Louis Stokes Cleveland VAMC 10701 East Boulevard Cleveland, OH 44106 Akron VA Clinic 55 West Waterloo Road Akron, OH 44319 Canton VA Clinic 733 Market Avenue South Canton, OH 44702 Parma VA Clinic 8787 Brookpark Road Parma, OH 44129 Youngstown VA Clinic 2031 Belmont Avenue Youngstown, OH 44505 7. Period of Performance. 12-month contract + 4 option years 8. Delivery Schedule This software needs to be installed and operational within 90 days from solicitation award. The purchase order period of performance is 09/01/2020-08/31/2026 Place of Performance/Place of Delivery Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH Postal Code: 44106-1702 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items JUN 2020 Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: VAAR 852.203-70 COMMERCIAL ADVERTISING MAY 2018 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS APR 2020 852.203 70, Commercial Advertising. 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. 852.215 71, Evaluation Factor Commitments. 852.232 72, Electronic Submission of Payment Requests. VAAR 852.246-71 REJECTED GOODS OCT 2018 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) GRAY MARKET LANGUAGE (MAY 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders JUN 2020 The following subparagraphs of FAR 52.212-5 are applicable: The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, , 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-33.] All quoters shall submit the following: one electronic copy via email to Christopher A. Callihan @ Christopher.callihan@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Lowest Priced Technically Acceptable The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission shall be received not later than 2359 EDT 23 July 2020 to Network Contracting Office (NCO) 10 (Ohio, Indiana, & Michigan) 6150 Oaktree Boulevard Suite 300, Independence, OH 44131. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Point of Contact Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x49579 Email: christopher.callihan@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8e6be45ae7b04fc699b0a13e0e7f5267/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Boulevard, Cleveland, OH 44106-1702, USA
Zip Code: 44106-1702
Country: USA
 
Record
SN05723921-F 20200718/200716230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.