Louisiana Bids > Bid Detail

Q517--667-24-2-075-0051, REVERSE DISTRIBUTION SERVICE FOR PHARMACY (VA-24-00016608)

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159490275925044
Posted Date: Nov 14, 2023
Due Date: Nov 28, 2023
Source: https://sam.gov/opp/1b9dac35e3...
Follow
Q517--667-24-2-075-0051, REVERSE DISTRIBUTION SERVICE FOR PHARMACY (VA-24-00016608)
Active
Contract Opportunity
Notice ID
36C25624Q0190
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 14, 2023 03:38 pm CST
  • Original Response Date: Nov 28, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q517 - MEDICAL- PHARMACOLOGY
  • NAICS Code:
    • 562998 - All Other Miscellaneous Waste Management Services
  • Place of Performance:
    Overton Brooks VAMC Shreveport , LA 71101
    USA
Description
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Responses Requested: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Responses Requested: The Overton Brooks VA Medical Center, Shreveport LA is performing market research to ascertain whether there are potential sources and their business size classification: HUB-Zone, 8(a), Small Business, Small Disadvantage Business, Women Owned Business, Service-Disabled Veteran Owned Business (SDVOSB), or Veteran Owned Small Business (VOSB). Preferably SDVOSB/small businesses. The NAICS Code is 562119, Other Waste Collection requires all the following information and questions answered in this RFI: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research.

a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number.

b. Is your company a SDVOSB, VOSB, or some other socioeconomic category of small business? Please provide proof of qualifications and a copy of your SAM registration.

c. Is your company considered small under the NAICS code 562119?

d. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison to specific requirements per the draft Statement of Work.

e. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose.

Opportunity: Overton Brooks VA Medical Center is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the VAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives.

7. Instructions and Response Guidelines: Sources Sought responses are due by November 29, 2023 at 3:00 pm (CST) via email to Kimberly.anderson6@va.gov.

All Questions shall be submitted by November 22, 2023 at 12:00 pm (CST) via email to Kimberly.anderson6@va.gov.

Telephone requests or inquires will not be accepted.

Public Information will not be provided and shall be utilized to the full extent possible.

This a New Requirement.

The subject line shall read: 36C25624Q0190_1 RFI Sources Sought Overton Brooks VA Medical Center. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation. (Or you can place a limitation).









STATEMENT OF WORK

1. Contract Title: Destruction of expired pharmaceutical returns
2. Background: This is a new request for destruction of pharmaceuticals due to the expiration of the VA Pharmacy Reverse Distribution contract.
3. Scope. The Medical Center is seeking a means to have legend pharmaceutical, and DEA controlled substances removed from facilities for destruction. These pharmaceuticals will be either expired or in a condition that is not suitable for human consumption.
4. Specifications/Characteristics:
Contractor Requirements
REGULATORY COMPLIANCE: The contractor shall be required to provide all plant,
equipment, materials, and labor needed to process proper disposal of Schedule II-V controlled substances designated pharmaceuticals and legend drugs. Contractor shall be responsible for complying with all
applicable federal regulations such as the Code of Federal Regulation (CFR) Title 21 Food & Drugs,
Title 40 Protection of the Environment, Title 49 Department of Transportation; U.S. Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Food and Drug Administration (FDA), Drug Enforcement Administration (DEA), 41 U.S.C. chapter 67, Service Contract Labor Standards and VA regulations.
The Contractor shall also comply with applicable state/local regulations and consult with regional offices of the federal regulatory agencies that have jurisdiction over their operations to ensure compliance with laws and regulations of host countries. Accordingly, the Contractor shall arrange for, recommend, and/or advise
the returning drug distribution point of the proper means of transporting the returned products to the
Contractor's central processing facility.
LICENSES, PERMITS, REGISTRATION, INSURANCE:
All necessary permits and licenses required by Federal, state, and local authorities shall be acquired and maintained by the Contractor for the life of the contract. This includes required licenses, certifications, etc. for individual contractor staff as well as any required permits and licenses for interstate transport, and storage/disposal of expired or unusable DEA scheduled II-V controlled substances and legend drugs. This includes but is not limited to DEA, DOT, EPA, FDA, OSHA and individual State regulations. The Contractor or designated sub-contractor shall be a licensed DEA registrant to handle Schedule II - V controlled substances. A copy of all renewals shall be forwarded to the contracting officer for retention in the contract file. The Contractor shall have proper insurance coverage, including environmental remediation. A copy of
such insurance coverage shall be provided to the Contracting Officer, upon request.
CONTRACTOR AND SUBCONTRACTOR LICENSE QUALIFICATIONS REQUIREMENTS:
The Contractor and any respective subcontractors shall maintain all necessary
licenses, permits and certifications required by the Resource Conservation and Recovery Act, Clean
Air Act, Clean Water Act, Occupational Safety and Health Administration, and all licenses and permits
required by local agencies for destruction operations.
SHIPPING/PROCESSING ARRANGEMENTS: The VA medical centers
will communicate with the Contractor directly to establish an agreed upon on-site service date once every quarter. The Contractor shall provide on-site servicing within 10 days from the date of facility request.
The Contractor shall provide all instructions, forms, labels and DEA approved tamper-proof pouches needed to ship the designated items to a Contractor's central processing facility. The Contractor will provide work on-site in the pharmacy location:
VA Shreveport Pharmacy 510 E. Stoner Road, Shreveport, LA 71101Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â Â
Contractor will provide a documented listing of controlled substance pharmaceuticals for return and prepare these for shipment to the processing facility. The returns will be processed using the Contractor s on-site representative. The Contractor is responsible for the shipment and associated costs from the facility to the Contractor s facility. On-site service, disposition shall be provided to each facility following completion of the services. The Contractor shall provide on-site servicing within 10 days from the date of facility request.
The Contractor will be required to supply inventory scanning software as a service for use by the site and the vendor so a report can be generated to identify and address any item and its box location for any discrepancies so identified discrepancies can be addressed prior to expired inventory leaving the site. The Contractor is required to also be the return depot for current prime vendor so complete direct data from prime vendor can be generated with invoices, so the site can review all credits provided with actual credit recovery, not an estimate return value. The Contractor is required to provide a list that includes product name, NDC, or catalog number, quantity, return value and reason for non-eligbility for credit. The Contractor may not hold any expired pharmaceuticals identified as greater than 120 days from expiration and must be immediately destroyed identified product. The Contractor shall prepare a list of controlled substance pharmaceuticals removed from the pharmacy and the facility must validate the contents of the list for accuracy. Any discrepancies shall be resolved prior to the removal of the pharmaceuticals from the facility by the Contractor. The contractor representative must sign the document listing the controlled substances transferred from VA to the destruction company and the appropriate DEA Forms (222, 41 etc.). The Contractor shall arrange for pick-up of non-controlled substance returns from the facility within 3 business days of service. The Contractor shall remove or pick up controlled substance returns from the facility by close of business the same day as service is completed and boxed for return. Large or special pickups requiring separate removal shall be scheduled within 48 hours of service, and daily updates will be provided to the facility until pickup is complete. Chain of custody paperwork shall be prepared for controlled substances and given to the returning facility by the Contractor at the time the package(s)are prepared for shipment. The Contractor shall process all designated items through the disposal process in accordance with all applicable federal, state and local regulations. The Contractor shall comply with any participating customers additional security requirements and procedures for access to facilities. All costs associated with gaining access to any customer facility shall be the responsibility
of the Contractor.
5. Delivery.

See the location listed above in #5.
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 14, 2023 03:38 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >