PHARMACY BENEFITS MANAGEMENT SERVICES (PBM)
ID: 1605C3-24-R-00011Type: Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - CAS DIVISION 3 PROCUREMENTWASHINGTON, DC, 20210, USA

NAICS

Pharmacy Benefit Management and Other Third Party Administration of Insurance and Pension Funds (524292)

PSC

SOCIAL- GOVERNMENT INSURANCE PROGRAMS: OTHER (G008)
Timeline
    Description

    The Department of Labor (DOL) is seeking proposals for Pharmacy Benefits Management (PBM) Services on behalf of the Office of Workers' Compensation Programs (OWCP). The procurement aims to establish a fixed-price contract that encompasses comprehensive management of pharmacy benefits, including prescription drugs, durable medical equipment, and diagnostic services, with a focus on cost control, transparency in drug pricing, and compliance with federal regulations. This initiative is critical for optimizing healthcare services and ensuring accountability in the management of pharmacy benefits for government programs. Interested vendors must submit questions regarding the RFP by October 21, 2024, and the due date for proposals will be announced in a subsequent amendment. For inquiries, contact Broderick Morris at Morris.Broderick@DOL.Gov or Helen A. Williams at williams.helen.a@dol.gov.

    Point(s) of Contact
    Broderick Morris
    Morris.Broderick@DOL.Gov
    Helen A. Williams
    williams.helen.a@dol.gov
    Files
    Title
    Posted
    The "Past Performance Questionnaire" is a form designed for contractors submitting proposals to the Department of Labor (DOL) as part of federal RFPs and grants. Its purpose is to evaluate the past performance of contractors through structured ratings across several key areas: Quality of Services, Cost Control, Schedule/Timeliness, Management/Business Relations, Small Business Subcontracting, and Regulatory Compliance. Each category utilizes a standardized rating scale from "Exceptional" to "Unsatisfactory," assessing the contractor's effectiveness and overall performance, while allowing for comments and justifications for ratings given. Additionally, the form concludes with an overall performance rating and a question regarding the potential for future business. This systematic approach aims to ensure accountability and quality in government contracting, highlighting the importance of past performance in assessing contractor reliability and proficiency. By focusing on past experiences, the questionnaire supports informed decision-making for potential future contracts.
    The file presents detailed records of prescription medications prescribed and dispensed across various states, including Maryland, Alabama, Pennsylvania, and Florida. It includes information on case numbers, pharmacy numbers, prescription numbers, prescriber DEA numbers, dates of service, National Drug Codes (NDC), drug descriptions, whether the medication was a compound, and the quantity prescribed. The data spans numerous entries detailing prescriptions like acetaminophen/hydrocodone combinations, antidepressants, and pain management medications, with varying quantities indicating the scale of prescriptions issued. The document serves as a database for tracking medication prescriptions, potentially useful for assessing healthcare compliance, prescribing patterns, and facilitating audits in relation to federal and state regulations. Its design conveys a systematic appending of patient and prescription data, reflecting the need for regulatory oversight in pharmaceutical distribution and usage within government healthcare programs.
    The document outlines the specifications for a Pharmacy Benefit Manager (PBM) to effectively display various required data elements within the Office of Workers' Compensation Programs (OWCP) staff portal. It lists critical information, including case details (case number, claimant information), eligibility specifics (date of injury, accepted conditions), and medical transaction data (medication details, prescriber information, claim statuses). Additionally, it specifies requirements for displaying prescription information, including transaction status, payments, and various codes related to the medication and service rendered. The comprehensive list serves to ensure that relevant stakeholders have access to vital information necessary for processing claims and managing cases effectively. This specification is part of broader federal RFPs and grants aimed at streamlining healthcare and compensation services, enhancing operational efficiency, and ensuring compliance with relevant regulations. The document clearly indicates the critical nature of accurate data representation in managing and adjudicating workers' compensation claims within the federal framework.
    The document outlines various guidelines and parameters related to the management and coverage of medications, specifically opioids, in the context of federal and state healthcare programs. It incorporates references to specific Generic Product Identifiers (GPI) such as GPI-2, GPI-6, and GPI-14, detailing their descriptions and formulary types, including the classification of drugs as SA/LA opioids. The document emphasizes compliance with FDA indications, relevant maintenance indicators, and historical transaction data while aligning with Official Disability Guidelines (ODG) and other nationally recognized frameworks. It specifies coverage summaries, including step therapy requirements, prior authorization conditions, and limits on quantity, costs, and frequency of medication fill for patient claims. The core purpose of this information appears to be the standardization and regulation of opioid prescriptions to enhance patient safety, optimize healthcare spending, and ensure adherence to established guidelines in governmental healthcare programs.
    The document outlines the Small Business Subcontracting Plan Template for the Pharmacy Benefits Management Services contract (RFP/Contract No: 1605C3-24-R-00011). It details the total dollar value of the contract, including base and option periods, and specifies the subcontracting goals across various categories of small businesses. The plan mandates a 60% allocation to small businesses, with additional percentages designated for small disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned small businesses. Each category’s percentage is consistent across contract terms. The document emphasizes that subcontract dollars may overlap across categories, allowing flexibility in accounting. Accurate documentation and calculation are vital to ensure compliance with federal regulations concerning small business participation. This plan underscores the government’s commitment to promoting small businesses in federal contracting opportunities.
    The document addresses Pharmacy Benefits Management Services (PBM) related to federal and state RFPs and grants. The main purpose is to solicit information or proposals from entities capable of providing effective management and oversight of pharmacy benefits for government programs. Key points include the importance of cost control, the need for transparency in drug pricing, and the provision of comprehensive services that encompass prescription drug management, utilization review, and patient safety assessments. Furthermore, the document emphasizes the integration of technological solutions to streamline operations and improve accessibility to medications for beneficiaries. Another critical aspect is compliance with federal regulations and guidelines, ensuring that the PBM services align with the overarching goals of government health initiatives. Through this RFP, the government aims to identify potential partners that can deliver efficient pharmacy management solutions while ensuring accountability and enhancing the overall quality of care for participants in these programs. This initiative reflects the government's commitment to optimizing healthcare services through strategic procurement and management practices.
    The document serves as a guide for offerors participating in the government's procurement process, specifically focusing on the submission of discounts, rebates, and service fees in an Excel workbook format. It outlines the purpose of the workbook, which includes displaying projections of financial impacts of discounts and rebates over various option periods. Offerors are instructed to input discount percentages as negative values and provide details on rebates and service fees with clear formatting guidelines. The base period and subsequent option periods detail various drug classes and associated financial figures, emphasizing transparency and accuracy in pricing proposals. Moreover, the workbook categorizes data into discount CLINS (Contract Line Item Numbers) and rebate CLINS for several drug types, alongside a service fee per transaction section. Key projections are based on historical data and provide an extensive cost breakdown for both the baseline and selected options. The document highlights critical financial components necessary for evaluating proposals, ensuring that the government can assess cost-effectiveness and compliance with established pricing models. This structured approach reinforces the importance of detailed pricing input for prospective contractors in government bidding processes.
    The Performance Requirements Summary outlines the essential objectives, standards, and deliverables for a contractor engaged with the Department of Labor (DOL). It details specific performance thresholds required for various service aspects, emphasizing zero deviation from standards across all metrics, which is critical for mission success. Key areas of focus include enhanced quality control, continuous operation of systems, security requirements, background investigations, and customer support. The document lists submission timelines for essential documents, such as security plans and training, as well as requirements for maintaining operational integrity, such as the timely return of government-furnished equipment and compliance with fraud prevention measures. It also mandates the establishment of a pharmacy network, provision of medical services, and efficient claims processing, ensuring that claimants have access to necessary medical resources. The structured approach further specifies inspection methods, primarily via 100% oversight by designated Contracting Officer Representatives (COR) and project management teams, ensuring accountability and performance monitoring. This meticulous documentation serves as a framework for contractors to align their services with DOL expectations, fulfilling statutory obligations while delivering comprehensive healthcare support to claims under the OWCP.
    The document outlines a comprehensive Deliverables Schedule as part of a federal contract, detailing the timeline and submission requirements for various deliverables related to performance work statements (PWS). Key deliverables include developing a quality control plan, reporting delays, implementing a system security plan, maintaining security documentation, and providing necessary information for pharmacy networks. Each deliverable includes specific due dates (ranging from immediate to several months post-contract initiation) and formats for submission, primarily electronic, to designated oversight recipients such as the Contracting Officer (COR) and the Project Management Office (PMO). The purpose of this schedule is to ensure consistent, timely, and accurate reporting and documentation of activities and compliance with security and operational standards, essential for the effective management of contract responsibilities. The document emphasizes accountability and the need for rigorous documentation due to the complexities involved in federal procurement processes. Overall, it serves as a roadmap for contract performance and oversight in the context of government RFPs and grants, ensuring that all parties are aligned on expectations and timelines for deliverables.
    The document consists of numerous unique identification codes—primarily UUIDs—listed in a structured format without apparent contextual details. These codes likely correspond to various federal and state/local government RFPs (Requests for Proposals) and grants, potentially signifying distinct projects or initiatives eligible for funding or proposals. Each item, marked with a consistent numerical format, can be interpreted as a line item within a larger system of documentation related to government funding opportunities. The absence of descriptive text or linked information in the document limits the ability to ascertain specific topics or key ideas. The primary purpose appears to center around cataloging or indexing potential government engagements or funding sources without detailed elaboration on project aims, funding amounts, or application criteria. This structure indicates that it may serve as a preliminary reference for agencies or entities interested in government funding opportunities, suggesting a need for further inquiry into each code mentioned for detailed information related to specific proposals or grants. Overall, this document should be viewed as a foundational reference point rather than a comprehensive overview.
    The document outlines a Request for Proposal (RFP) for Pharmacy Benefits Management (PBM) Services for the U.S. Department of Labor's Office of Workers' Compensation Programs (OWCP). The RFP anticipates a fixed-price contract with delivery due 365 days after award. It emphasizes the provision of comprehensive PBM services, including prescription drugs, durable medical equipment (DME), and diagnostic services for various compensation programs. The contractor’s responsibilities, including quality control, security, and personnel requirements, are detailed, highlighting the need for a robust transition-in/out plan to ensure continuity of services. Key objectives include reducing healthcare costs, enhancing patient care, and ensuring compliance with federal regulations. The contractor is required to facilitate the management of pharmacy benefits, provide oversight on medication utilization, and support new service integrations, aiming for improved healthcare outcomes. The performance is structured in phases with specific milestones, including rigorous documentation and communication protocols. The document emphasizes the importance of compliance and quality assurance in all aspects of service delivery, aiming to protect the interests of claimants and the federal government.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Active
    Dept Of Defense
    The Department of Defense (DoD) is seeking quotations for pharmaceutical agents as part of the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP) to support the Military Health System (MHS). This procurement is mandated by law to establish an effective pharmacy benefits program, which includes evaluating the clinical and cost-effectiveness of various pharmaceutical agents for inclusion in the DoD Uniform Formulary. The upcoming Pharmacy and Therapeutics (P&T) Committee meeting is scheduled for November 6-7, 2024, where newly approved drugs will be reviewed, and quotes are due by October 16, 2024. Interested parties should direct inquiries to Tracy Banks at tracy.e.banks2.civ@health.mil or Julia Trang at julia.n.trang.civ@health.mil for further details.
    Pramipexole Tablets
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is preparing to issue a solicitation for a national requirements contract for Pramipexole Tablets, which are essential medications used primarily for the treatment of Parkinson's disease and restless legs syndrome. The procurement will include various dosages of Pramipexole (0.125 MG, 0.25 MG, 0.5 MG, 0.75 MG, 1 MG, and 1.5 MG) packaged in 90 count bottles, and the contract will be a firm-fixed price, requirements type contract with a one-year base and four one-year options. This acquisition is unrestricted and fully competitive, aimed at establishing a national supply source for the Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers. Interested parties should prepare for the solicitation, projected for October 2024, and may contact Ryan Guarnere at 215-737-2571 or Ryan.Guarnere@dla.mil for further inquiries.
    R408--FY24 IVC PHARMACY BENEFIT MANAGER
    Active
    Veterans Affairs, Department Of
    Presolicitation VETERANS AFFAIRS, DEPARTMENT OF is seeking Pharmacy Benefit Management Services for Veteran Family Member Programs. These services are intended to support the Department of Veterans Affairs (VA) Commodities and Services Acquisition Service (CSAS) and the Department of Veterans Affairs (DVA), Veteran Family Member Program (VFMP). The services will involve the management of pharmacy benefits for veteran family members. The solicitation will result in the award of a single award indefinite-delivery-indefinite-quantity (IDIQ) contract. Interested offerors must have a valid Contractor Unique Entity ID and be registered in the Systems for Award Management (SAM) database. The solicitation is expected to be issued on June 15, 2023, with a closing date of July 13, 2023. Proposals will be evaluated based on Technical Capability, Past Performance, Veteran Involvement, and Price. For more information, contact Sandra McAnany at (303) 215-5246 or sandra.mcanany@va.gov.
    R706--Reverse pharmaceutical distribution services. Questions and Answers for solicitation RFQ 36C26024Q0959 clarification Amendment 0001
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide reverse pharmaceutical distribution services under solicitation RFQ 36C26024Q0959. The primary objective of this procurement is to ensure the safe and compliant disposal of pharmaceutical products, including the management of liquidation-eligible and ineligible items, while adhering to federal regulations. This contract, valued at approximately $16.5 million, will span five years from November 1, 2024, to October 31, 2029, with responses due by October 10, 2024, at 13:00 Pacific Time. Interested vendors should direct inquiries to José Ronstadt at jose.ronstadt@va.gov or call 360-852-9885 for further clarification.
    6505--Prasugrel HCL 5mg and 10mg 30 Count Bottles
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Prasugrel Hydrochloride (HCL) tablets in 5mg and 10mg 30-count bottles. The Request for Proposal (RFP) outlines specific requirements for offerors, including pricing for a base year and four optional one-year periods, compliance with federal regulations, and the provision of unique National Drug Code (NDC) numbers. This procurement is crucial for ensuring a reliable supply of essential medications to support veterans and related healthcare providers under the VA and Department of Defense's Pharmaceutical Prime Vendor Programs. Interested parties must submit their proposals by October 8, 2024, at 2:30 PM Central Standard Time, and can direct inquiries to Contract Specialist Matthew S. Poulin at Matthew.Poulin@va.gov.
    ERISA Filing Acceptance System II (EFAST2) Operations and Maintenance
    Active
    Labor, Department Of
    The U.S. Department of Labor (DOL) is seeking industry input through a Request for Information (RFI) for the procurement of services related to the ERISA Filing Acceptance System II (EFAST2) Operations and Maintenance. The primary objectives include the collection, processing, and dissemination of government data, stakeholder support, and management services for the Office of the Chief Information Officer, with specific requirements such as system maintenance, advanced search capabilities, and compliance with cybersecurity standards. This initiative is crucial for enhancing the DOL's mission to improve worker welfare and ensure compliance through the effective management of employee benefit plan data. Interested parties must submit their responses by October 11, 2024, and can direct inquiries to Jeremy B. Keator at Keator.Jeremy.B@dol.gov or by phone at 202-693-4576.
    6505--CGRP Calcitonin Gene-Related Peptides
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Calcitonin Gene-Related Peptides (CGRP) to support various healthcare programs, including those for Consolidated Mail Order Pharmacies and State Veterans Homes. The contract will require the successful offeror to provide a consistent supply of specified CGRP products, which are critical for treating patients with certain medical conditions, ensuring uninterrupted access to these essential medications. The solicitation is expected to be released on or about October 10, 2024, with a closing date of October 24, 2024, and interested parties should direct inquiries to Contracting Officer Chris Carthron at Christopher.Carthron@va.gov or by phone at (708) 786-4980. The contract will span one year with four additional one-year options, and all relevant documents will be available electronically at sam.gov.
    Potassium Chloride Extended Release Tablets
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting bids for the procurement of Potassium Chloride Extended Release Tablets under Solicitation No. SPE2D2-24-R-0013. This procurement involves various package sizes of potassium chloride tablets, specifically 10 MEQ and 20 MEQ tablets, offered in both 100 and 500 count bottles, with estimated quantities spanning a base year and four optional years. The initiative is crucial for maintaining a reliable supply of essential pharmaceuticals to support healthcare needs within the Department of Defense. Interested suppliers must submit their proposals electronically via the Defense Logistics Agency Internet Bid Board System (DIBBS) by the deadline of October 10, 2024. For further inquiries, potential bidders can contact Ryan Guarnere at ryan.guarnere@dla.mil or Jason Wray at jason.wray@dla.mil.
    Q517--Staffing Service MbM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing across three facilities located in Dublin, GA; Cheyenne, WY; and Murfreesboro, TN. This initiative is crucial for enhancing healthcare services for veterans, ensuring efficient medication management and compliance with established protocols. Interested vendors must submit their proposals by the newly established deadline of August 6, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at christy.pendlaly@va.gov. The contract has a minimum guarantee of $2 million and a maximum potential value of $100 million over its five-year duration.
    Repaglinide
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is planning to issue a national requirements contract for Repaglinide Tablets. The contract will establish a national supply source for the purchase of Repaglinide 0.5MG, 1MG, and 2MG in 100 count bottles. This acquisition will be unrestricted and fully competitive. The contract will be a firm-fixed price, requirements type contract with a one year base and four one year options. The items listed in the schedule will be purchased by Department of Defense, Department of Veterans Affairs, Indian Health Service, and Bureau of Prisons customers through the DLA and VA prime vendor programs. Interested parties should contact Phyllis Daraio for any questions/comments. The projected solicitation date is September 2020.