|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 9,1999 PSA#2492Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.,
Washington, DC 20422 Q -- ADR MONITORING SOL RFP 688-42-00 DUE 122199 POC Joyce Forker,
Contracting Officer, (202) 745-8543 This is a combined
synopsis/solicitation for commercial services prepared in accordance
with the format in FAR subpart 12.6, as supplemented with additional
information included in this notice (SIC 8099). This announcement
constitutes the only solicitation, Request For Proposal (RFP) being
requested and a written solicitation will not be issued. Solicitation
documents and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular #90-42. Offeror shall submit
proposal for developing a clinical pharmacy service in the areas of
Drug Utilization Evaluation (DUE) and Adverse Drug Reactions (ADR).
Submitted proposals should indicate strategies to provide comprehensive
clinical support to the Pharmacy Service in the two (2) previously
mentioned programs: ADR Monitoring Program: 1. Identify and evaluate
retrospectively and prospectively suspected ADR's, 2. expand the
existing screening program and conduct activities to foster the
detection of ADR as outlined in VAMC policy andprocedures, 3. analyze
and summarize monthly ADR data, 4. assist in the research and
development of enhances systems in ADR detection, evaluation, and
reporting, 5. Attend the ADR subcommittee meetings and perform
committee activities as required, 6. provide drug information support
to the VA staff as required for critical evaluation of ADR, 7. assist
in the compilation of reports and presentation materials for review by
agencies, i.e. JCAHO. DUE Program: prepare in concert with the DUE
subcommittee an annual DUE plan for the VAMC,. 2. develop, in concert
with the medical staff, the study criteria and data collection tools
for each study as required, 3. assist in conducting the DUE studies
which include retrospective and or prospective data collection (and
occasionally clinical intervention), analysis of findings, and
development or recommendations and conclusions, 4. attend the DUE
subcommittee meetings and perform committee activities as required
including study presentations, 5. conduct meetings with members of the
medical, dental, quality assurance or nursing service as required to
facilitate completion of studies, 6. assist in the development and
implementation of action plan based on DUE study results; these may
include guideline development, newsletter article submission, etc., 7.
assist in the compilation of reports and presentation materials for
review by agencies, i.e. JCAHO. Offerors should provide documentation
for evaluation criteria for the following: A. Education. contractor
personnel should: 1. be graduates of a degree program in pharmacy from
an American Council on Pharmaceutical Education (ACPE) approved
college or university, 2. possess a Pharm. D. or formal
post-baccalaureate (M.S., Pharm.D., Ph.D.) hospital oriented degree
program recognized by ACPE (or demonstrate equivocal experience), 3.
demonstrate advance knowledge of pharmacotherapeutics,
pharmacokinetics, patient drug therapy outcome monitoring, drug
research design, and the standards related to distribution and control
of schedule and non-schedule drugs (i.e. DEA, FDA, VA, JCAHO
standards), 4. possess the ability to communicate orally and in writing
with a wide variety of individuals (i.e. health care professionals,
patients), 5. Full, current and unrestricted license to practice
pharmacy in a State, Territory, Commonwealth of the United States (i.e.
Puerto Rico), or the District of Columbia. B. Quality of Offeror's
Facility/Resources: The offeror should provide descriptive information
to include, but not limited to, manpower/staffing, drug information
capabilities, secretarial support, and computerization support. C.
Management Capabilities and Approach: The offeror should describe
management methods to assure the provision of prompt and quality
service, including a description of a quality assurance and customer
service plan tailored towards this solicitation. D. Past Performance:
The offeror should identify all Federal, State, and local government
contracts and private contracts of similar scope, size, and complexity
that are ongoing, or have been completed within the past 3 years.
Provide a list of references pertaining to those contracts. Acceptance
time will be 60 days from bid opening date. This will be a firm
fixed-price contract. Payment will be made in arrears on certified
invoices. The following clauses and provisions are incorporated and
applicable to this acquisition: 52.212-1 Instructions to Offerors --
Commercial, 52.212-3 Offeror Representations and Certifications --
Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial
Items, 52.212-5 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items, 52.232-19
Availability of Funds For Next Fiscal Year, 52.232-33 Mandatory
Information For Electronic Funds Transfer Payment. Original proposals
shall be received no later than 4:00p.m. EST, December 21, 1999 and
submitted on company letterhead to: Joyce Forker, Contracting Officer
90C, VAMC, 50 Irving St.,NW, Washington, DC 20422. FAXED requests will
not be accepted. This is a combined synopsis/solicitation for
commercial services prepared in accordance with the format in FAR
subpart 12.6, as supplemented with additional information included in
this notice (SIC 8099). This announcement constitutes the only
solicitation, Request For Proposal (RFP) being requested and a written
solicitation will not be issued. Solicitation documents and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular #90-42. Offeror shall submit proposal for
developing a clinical pharmacy service in the areas of Drug Utilization
Evaluation (DUE) and Adverse Drug Reactions (ADR). Submitted proposals
should indicate strategies to provide comprehensive clinical support
to the Pharmacy Service in the two (2) previously mentioned programs:
ADR Monitoring Program: 1. Identify and evaluate retrospectively and
prospectively suspected ADR's, 2. expand the existing screening program
and conduct activities to foster the detection of ADR as outlined in
VAMC policy and procedures, 3. analyze and summarize monthly ADR data,
4. assist in the research and development of enhances systems in ADR
detection, evaluation, and reporting, 5. Attend the ADR subcommittee
meetings and perform committee activities as required, 6. provide drug
information support to the VA staff as required for critical
evaluation of ADR, 7. assist in the compilation of reports and
presentation materials for review by agencies, i.e. JCAHO. DUE Program:
prepare in concert with the DUE subcommittee an annual DUE plan for the
VAMC,. 2. develop, in concert with the medical staff, the study
criteria and data collection tools for each study as required, 3.
assist in conducting the DUE studies which include retrospective and or
prospective data collection (and occasionally clinical intervention),
analysis of findings, and development or recommendations and
conclusions, 4. attend the DUE subcommittee meetings and perform
committee activities as required including study presentations, 5.
conduct meetings with members of the medical, dental, quality assurance
or nursing service as required to facilitate completion of studies, 6.
assist in the development and implementation of action plan based on
DUE study results; these may include guideline development, newsletter
article submission, etc., 7. assist in the compilation of reports and
presentation materials for review by agencies, i.e. JCAHO. Offerors
should provide documentation for evaluation criteria for the following:
A. Education. contractor personnel should: 1. be graduates of a degree
program in pharmacy from an American Council on Pharmaceutical
Education (ACPE) approved college or university, 2. possess a Pharm. D.
or formal post-baccalaureate (M.S., Pharm.D., Ph.D.) hospital oriented
degree program recognized by ACPE (or demonstrate equivocal
experience), 3. demonstrate advance knowledge of pharmacotherapeutics,
pharmacokinetics, patient drug therapy outcome monitoring, drug
research design, and the standards related to distribution and control
of schedule and non-schedule drugs (i.e. DEA, FDA, VA, JCAHO
standards), 4. possess the ability to communicate orally and in writing
with a wide variety of individuals (i.e. health care professionals,
patients), 5. Full, current and unrestricted license to practice
pharmacy in a State, Territory, Commonwealth of the United States (i.e.
Puerto Rico), or the District of Columbia. B. Quality of Offeror's
Facility/Resources: The offeror should provide descriptive information
to include, but not limited to, manpower/staffing, drug information
capabilities, secretarial support, and computerization support. C.
Management Capabilities and Approach: The offeror should describe
management methods to assure the provision of prompt and quality
service, including a description of a quality assurance and customer
service plan tailored towards this solicitation. D. Past Performance:
The offeror should identify all Federal, State, and local government
contracts and private contracts of similar scope, size, and complexity
that are ongoing, orhave been completed within the past 3 years.
Provide a list of references pertaining to those contracts. Acceptance
time will be 60 days from bid opening date. This will be a firm
fixed-price contract. Payment will be made in arrears on certified
invoices. The following clauses and provisions are incorporated and
applicable to this acquisition: 52.212-1 Instructions to Offerors --
Commercial, 52.212-3 Offeror Representations and Certifications --
Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial
Items, 52.212-5 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders -- Commercial Items, 52.232-19
Availability of Funds For Next Fiscal Year, 52.232-33 Mandatory
Information For Electronic Funds Transfer Payment. Original proposals
shall be received no later than 4:00p.m. EST, December 21, 1999 and
submitted on company letterhead to: Joyce Forker, Contracting Officer
90C, VAMC, 50 Irving St.,NW, Washington, DC 20422. FAXED requests will
not be accepted. Posted 12/07/99 (W-SN406468). (0341) Loren Data Corp. http://www.ld.com (SYN# 0050 19991209\Q-0003.SOL)
Q - Medical Services Index Page
|
|