R499--FY20: Pharmacy Annual Wall to Wall Inventory
5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A.... 5. PROJECT NUMBER (if applicable) CODE 7. ADMINISTERED BY 2. AMENDMENT/MODIFICATION NUMBER CODE 6. ISSUED BY 8. NAME AND ADDRESS OF CONTRACTOR 4. REQUISITION/PURCHASE REQ. NUMBER 3. EFFECTIVE DATE 9A. AMENDMENT OF SOLICITATION NUMBER 9B. DATED PAGE OF PAGES 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED BPA NO. 1. CONTRACT ID CODE FACILITY CODE CODE Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers E. IMPORTANT: is extended, (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY is not extended. 12. ACCOUNTING AND APPROPRIATION DATA (REV. 11/2016) is required to sign this document and return ___________ copies to the issuing office. is not, A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 15C. DATE SIGNED B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER Contractor 16C. DATE SIGNED 14. DESCRIPTION OF AMENDMENT/MODIFICATION 16B. UNITED STATES OF AMERICA Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER 16A. NAME AND TITLE OF CONTRACTING OFFICER 15B. CONTRACTOR/OFFEROR STANDARD FORM 30 PREVIOUS EDITION NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.243 (Type or print) (Type or print) (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) (Number, street, county, State and ZIP Code) (If other than Item 6) (Specify type of modification and authority) (such as changes in paying office, appropriation date, etc.) (If required) (SEE ITEM 11) (SEE ITEM 13) (X) CHECK ONE 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT (Signature of person authorized to sign) (Signature of Contracting Officer) 1 2 0001 02-05-2020 NONE 36C248 Department of Veterans Affairs Network Contracting Office 8 (NCO 8) VA Caribbean HCS (Admin Bldg) #10 Calle Casia Suite #4M440 San Juan PR 00921-3201 36C248 Department of Veterans Affairs Network Contracting Office 8 (NCO 8) VA Caribbean HCS (Admin Bldg) #10 Calle Casia Suite #4M440 San Juan PR 00921-3201 To all Offerors/Bidders 36C24820Q0314 X x 1 Title: Wall to Wall inventory for Pharmacy Department at VACHS 1. The purpose of this Amendment is to provide answers to questions submitted by all interested vendors. 2. Terms and Conditions in the solicitation remain the same. 3. Please refer to page 3 of this amendment for all the questions and answers submitted. 4. Corrections made to the Combine Synopsys description page. Please refer to pages 3 through 7. Rafael Rodriguez Contracting Officer VA-VHA-2019-3C9E1171 Page 2 of 2 How often should the invoice be submitted? Is it annually as I read in the solicitation? Yes it will be submitted Annually once the services are completed. How long is the duration of the contract? Is it 8 hours a day / 40 hours a week / 12 months a year? The duration of the contract will be five (5) years: One base year and four (4) Option years. Vendor will perform one annual wall to wall inventory every February. Is there a certain amount of personnel that is needed for the contract? Yes. You ll require enough personnel to perform these inventories at San Juan Medical Center, Ponce CBOC and Mayaguez CBOC at the same time the same day. Will the inventory take a year to complete? No. Need to be completed in one day. (Saturday, February 15, 2020). All sites. What happens if the inventory is completed before the end of each option year? Inventory according to VHA Handbook 1761.2 need to be performed on February of each year. What does the "Unit JB" stands on the price and schedule form? JB stands for JOB. Before: 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. The solicitation number 36C24820Q0314 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses in this document are those in effect through Federal Acquisition Circular 2020-04, effective on 01-15-2020. This solicitation is for a full and open competition. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990, with a small business size standard of $12 Million. The FSC is R499. The Department of Veterans Affairs, Network Contracting Office -8 located at VA Caribbean Health System (VACHS), 10 Casia Street, Admin Building Suite 4M440, San Juan, Puerto Rico 00921 is seeking services to conduct a Wall to Wall inventory utilizing a barcode readers technology capturing the NDC/UPC. Detailed specifications and requirements are provided in the attached SCOPE OF WORK (SOW) Instructions to Quoters, Price/Cost Schedule, Clauses and Provisions. The contract period of performance is expected to be from February 15, 2020 or later until January 31, 2021, including four option years. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached) 2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (www.sam.gov registration is required to be complete at time of submission of response) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/SAM/ 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: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) (Addendum attached) 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) 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. 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. Questions submission shall be received not later than 10:00 AM EST on Wednesday, February 5, 2020 at Rafael.Rodriguez2@va.gov. Submission of your response shall be received not later than 10:00 AM EST on Wednesday, February 12, 2020 at Rafael.Rodriguez2@va.gov. The quoter shall submit a PDF version of the quote to the Government. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Omission of any one item MAY result in a quoter package being deemed not technically acceptable. 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 Rafael Rodriguez, Contracting Officer, 787-641-7582 Ext. 34972 and email Rafael.Rodriguez2@va.gov See attached document A: 36C24820Q0314- SOW (SOW) See attached document B: 36C24820Q0314-PRICE-COST SCHEDULE. See attached document C: Clauses and Provisions After; 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. The solicitation number 36C24820Q0314 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses in this document are those in effect through Federal Acquisition Circular 2020-04, effective on 01-15-2020. This solicitation is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING VETERANS OWNED SMALL BUSINESS (VOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 561990, with a small business size standard of $12 Million. The FSC is R499. The Department of Veterans Affairs, Network Contracting Office -8 located at VA Caribbean Health System (VACHS), 10 Casia Street, Admin Building Suite 4M440, San Juan, Puerto Rico 00921 is seeking services to conduct a Wall to Wall inventory utilizing a barcode readers technology capturing the NDC/UPC. Detailed specifications and requirements are provided in the attached SCOPE OF WORK (SOW) Instructions to Quoters, Price/Cost Schedule, Clauses and Provisions. The contract period of performance is expected to be from February 15, 2020 or later until January 31, 2021, including four option years. The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, Instructions to Quoters Commercial Items (Addendum attached) 2. FAR 52.212-2, Evaluation-Simplified Acquisition Procedures 3. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (www.sam.gov registration is required to be complete at time of submission of response) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/SAM/ 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: 1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) (Addendum attached) 2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2019) 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. 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. Questions submission shall be received not later than 10:00 AM EST on Wednesday, February 5, 2020 at Rafael.Rodriguez2@va.gov. Submission of your response shall be received not later than 10:00 AM EST on Wednesday, February 12, 2020 at Rafael.Rodriguez2@va.gov. The quoter shall submit a PDF version of the quote to the Government. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Omission of any one item MAY result in a quoter package being deemed not technically acceptable. 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 Rafael Rodriguez, Contracting Officer, 787-641-7582 Ext. 34972 and email Rafael.Rodriguez2@va.gov See attached document A: 36C24820Q0314- SOW (SOW) See attached document B: 36C24820Q0314-PRICE-COST SCHEDULE. See attached document C: Clauses and Provisions
Data sourced from SAM.gov.
View Official Posting »