Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOLICITATION NOTICE

65 -- Reverse Distribution

Notice Date
10/10/2012
 
Notice Type
Presolicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
VA National Acquisition Center - Department of Veterans Affairs National Acquisition Center
 
ZIP Code
00000
 
Solicitation Number
VA797P12R0025
 
Response Due
11/28/2012
 
Archive Date
2/26/2013
 
Point of Contact
Fran De Rosa
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA) intends to issue Request For Proposal (RFP) VA-797-12 RP-0025 for Reverse Distribution Services for Pharmaceutical products under competitive negotiated procedures in accordance with FAR Part 12. The Government intends to award multiple Indefinite Delivery, Indefinite Quantity, Firm-Fixed Price, service contracts, resulting from this solicitation for a base 12-month period of performance and four one-year option periods. The Government will make multiple awards on offers meeting all the technical solicitation factors listed in the solicitation and whose service fees are determined fair and reasonable. This procurement is subject to the Service Contract Act of 1965, as amended, and the Fair Labor Standards Act of 1938, as amended. RFP VA-797-12-RP-0025 is being issued to establish contracts with multiple reverse distributors capable of assisting the Department of Veterans Affairs (VA), Indian Health Service (IHS), Bureau of Prisons (BOP), and other approved federal agencies in achieving maximum credit return and in processing any related pharmaceutical waste that may arise out of non-returnable pharmaceuticals. The contracts will include two regions: Continental United States (CONUS) to include the 48 contiguous states and District of Columbia and Outside the Continental United States (OCONUS) which includes Puerto Rico, American Samoa, the Virgin Islands, Guam, and the Philippines. The Government's need for on-site and off-site processing function is imperative to assure optimum inventory control and to minimize the violation of laws and regulations, especially in the area of pharmaceutical waste disposal. Contractors must be compliant with all applicable regulations related to hazardous waste handling. The responsibilities of the contractor will be outlined in the Solicitation and will include the following: ability to provide on-site and off-site reverse distribution services to potential multiple locations nation-wide and overseas to include: providing all plant, equipment, materials, and labor needed to process credit return and/or arrange for proper disposal of designated pharmaceuticals, including Schedule II-V controlled substances; provide all instructions, forms, labels and DEA approved tamper-proof pouches needed to ship the designated items to a Contractor's central processing facility; be a licensed DEA registrant to handle Schedule II - V controlled substances; contractor must be compliance will all applicable federal, state and local regulations governing reverse distribution; provide a web-based ordering system that supports order confirmation, status of credits, credit reconciliation, and reporting capabilities; provide a web-based corporate level dashboard and reverse distribution information system available to multiple levels of user for the purpose of managing, tracking and comparing the processing of unused pharmaceutical returns across the government service or agency; arrange the facilitation of processing of credits through the PPV; have a minimum three years of recent, proven past experience as a pharmaceutical reverse distributor to perform reverse distribution processing and waste disposal services in the volume required by the solicitation; and must provide efficient customer service support for the entire duration of the resulting contract, including the base year and four option years. Additionally and in order to provide customers flexibility and different levels of service, offerors can provide other value-added services. Facilities will have the flexibility to tailor their base requirements to take advantage of these additional services. Value added services may include inventory management, waste-management, additional report customization, additional site visits (one monthly visit will be required by the solicitation), storage of in-date products, etc. Solicitation Number VA-797-12-RP-0025 will be electronically issued in commercial item format in accordance with FAR Part 12 on or about October 31, 2012, with a closing date of November 28, 2012. The NAICS code for this procurement is 561990. Any future amendments and other miscellaneous documents will be available electronically for download at the following URL: http://www.fedbizopps.gov. No paper copies of the solicitation will be available, and no telephone requests for paper copies of the solicitation will be accepted. Interested offerors are advised to continuously check this URL for any changes to this solicitation. All responsible sources may submit an offer that if timely received, will be considered. The point of contact for this procurement is Fran De Rosa. Questions can be e-mailed to: fran.derosa@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANAC/VANAC/VA797P12R0025/listing.html)
 
Record
SN02911274-W 20121012/121010234158-ae484a1aa7448b55bcd703fd3e9873bd (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.