Q517--Staffing Service MbM
ID: 36C77022R0010Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

Facilities Support Services (561210)

PSC

MEDICAL- PHARMACOLOGY (Q517)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    Solicitation from the Department of Veterans Affairs is seeking staffing services for Meds by Mail (MbM). Meds by Mail is a service provided by the VA that delivers medications to eligible veterans through the mail. The VA is looking for a contractor to provide staffing services to support this program.

    Point(s) of Contact
    Nicholas L. SchulteContract Specialist
    nicholas.schulte1@va.gov
    Files
    Title
    Posted
    This document outlines a solicitation for contracting services by the Department of Veterans Affairs, specifically aimed at providing pharmacists and pharmacy technicians for the Meds by Mail program across various locations in the U.S. It is set aside for service-disabled veteran-owned small businesses and emphasizes compliance with multiple regulations and necessary documentation, including technical capability proposals, past performance records, and fair pricing. The contract duration is from April 1, 2023, to March 31, 2028, with a minimum guarantee of $2 million and a maximum of $150 million.
    The document outlines a solicitation for staffing services, specifically for pharmacists and pharmacy technicians, under a contract with the Department of Veterans Affairs, with a focus on women-owned and service-disabled veteran-owned small businesses. The contracting period is from April 1, 2023, to March 31, 2028, with specific wage determinations applicable to various locations involved in the Meds by Mail program. Offers are due by January 5, 2023, and must follow detailed submission guidelines, addressing technical capabilities, past performance, and pricing.
    The document is an amendment (0001) to solicitation number 36C77022R0010 from the NCO 15 Contracting Office of the Department of Veterans Affairs, extending the proposal receipt deadline to January 13, 2023, at 2:00 PM CST. It indicates that a second amendment (0002) will follow to address questions and changes to the solicitation. All previous terms and conditions remain unchanged unless specified in this amendment.
    This document is an amendment to the solicitation/modification of contract BPA No. 36C77022R0010 by the Department of Veterans Affairs NCO 15 Contracting Office, extending the proposal receipt deadline to January 13, 2023, at 2:00 PM CST. It also mentions a forthcoming Amendment 0002 that will provide Q&A and any changes to the solicitation or its attachments. All previous terms and conditions remain unchanged and in effect.
    The document is an amendment to the solicitation for BPA No. 36C77022R0010, extending the proposal closing date to January 20, 2023, at 2 PM CST, and revising several sections, including updating past performance criteria and proposal submission instructions. It outlines the requirements for proposal organization, evaluation factors, and the necessary details for technical capability, past performance, and pricing evaluations. Furthermore, it emphasizes that all terms outside of the specified amendments remain unchanged and in effect.
    The document outlines an amendment to a solicitation for a contract with the Department of Veterans Affairs, extending the proposal closing date to January 20, 2023, at 2 PM CST. It includes revisions to specific sections of the solicitation, such as past performance and proposal preparation instructions, and emphasizes the requirements for technical capability, past performance, and price evaluation criteria for bidders. Additional instructions regarding proposal submission formats and content requirements are provided to facilitate the evaluation process.
    The document is an amendment to a solicitation from the NCO 15 Contracting Office of the Department of Veterans Affairs, indicating that the due date for proposals, initially set for January 20, 2022, has been suspended until further notice. This amendment requires contractors to acknowledge receipt and provides instructions for submitting changes to offers. All other terms and conditions of the contract remain unchanged and in effect.
    The document is an amendment issued by the NCO 15 Contracting Office of the Department of Veterans Affairs regarding the solicitation number 36C77022R0010. It suspends the proposal due date of January 20, 2022, until a new amendment is released to address remaining questions from offerors, while all other terms and conditions remain unchanged. The document requires acknowledgment of receipt by offerors to avoid rejection of proposals.
    The NCO 15 Contracting Office has issued Amendment 0004 to the solicitation for BPA No. 36C77022R0010, extending the proposal closing time to 2 PM CST on February 6, 2023. The amendment includes published Q&A and several revised attachments related to the contract. All terms and conditions of the original solicitation remain unchanged except as modified by this amendment.
    The amendment modifies BPA No. 36C77022R0010 by extending the proposal submission deadline to 2 PM CST on February 6, 2023, and includes revised attachments related to the project, such as the PWS, PRS, and various wage determinations. It also indicates that all other terms and conditions remain unchanged. Offerors must acknowledge receipt of the amendment to ensure their proposals are considered valid.
    The document is an amendment to the solicitation number 36C77022R0010 issued by the Department of Veterans Affairs' NCO 15 Contracting Office, which modifies the existing contract to revise a business associate agreement by removing references to Shipper/Packers. Additionally, it states that proposals are due by 2 PM CST on February 6, 2023, and all other terms and conditions remain unchanged. Acknowledgment of receipt of this amendment is required for offers to be considered valid.
    The document is an amendment to solicitation number 36C77022R0010 issued by the Department of Veterans Affairs NCO 15 Contracting Office in Leavenworth, KS. Key changes include the revision of Attachment 9 to remove references to Shipper/Packers and an updated proposal due date of 2 PM CST on February 6, 2023. All other terms and conditions of the contract remain unchanged.
    This document is an amendment to a solicitation by the NCO 15 Contracting Office regarding BPA NO. 36C77022R0010. The amendment extends the proposal due date to 2 PM CST, August 6, 2024, and replaces previous solicitation language with a conformed version. All other terms and conditions remain unchanged, and vendors are reminded to review and comply with the amendment's requirements when submitting proposals.
    This document is an amendment (0007) to solicitation number 36C77022R0010 issued by the Department of Veterans Affairs NCO 15 Contracting Office, which suspends the current proposal due date of August 6, 2024, until further notice. The amendment requires contractors to acknowledge receipt and outlines procedures for submitting changes to existing offers. All other terms and conditions of the original solicitation remain unchanged.
    The Performance Work Statement outlines a contract for staffing services to support prescription processing and call center operations at three Meds by Mail (MbM) facilities across the U.S. The contract is non-personal and requires licensed pharmacists and certified pharmacy technicians, with provisions detailing personnel qualifications, operational hours, credentialing, and responsibilities regarding reporting and compliance with federal regulations. The contract is scheduled to run from April 1, 2023, to March 31, 2028, with a minimum guarantee of $2 million, adhering to various government policies, including HIPAA and VA directives.
    The Performance Work Statement outlines the parameters for a non-personal services contract to provide staffing services for prescription processing at Meds by Mail (MbM) facilities servicing programs such as Indian Health Services and Veterans Affairs. It specifies the estimated personnel needs, operational hours, and tasks for pharmacists and pharmacy technicians, along with compliance measures for HIPAA and various other VA standards. The contract period spans from April 1, 2023, to March 31, 2028, with a firm-fixed price structure and provisions for initial and ongoing credentialing, operational logistics, and mandatory training for all involved personnel.
    This Performance Work Statement outlines a non-personal services contract to provide prescription processing support for the Meds by Mail (MbM) program, which includes manages three facilities in Dublin, GA, Cheyenne, WY, and Murfreesboro, TN, along with a Virtual Pharmacy Service (VPS). The contractor will be responsible for staffing, managing pharmacy staff, ensuring compliance with VA policies, and fulfilling operational requirements, including prescription verification and oversight of human resources. The anticipated period of performance is five years with a firm-fixed price contract that requires adherence to various regulatory and operational protocols.
    The Performance Work Statement outlines non-personal services for prescription processing support at three Meds by Mail (MbM) facilities, serving programs like Indian Health Services and Veterans Choice. Expected to handle significant prescription volumes with anticipated growth, the contract will require licensed pharmacists and certified technicians, and includes detailed operational hours, qualifications, and procedures for managing contract personnel. Additionally, it specifies responsibilities surrounding performance evaluation, quality assurance, confidentiality, and compliance with applicable laws and regulations.
    The Performance Work Statement outlines a five-year non-personal services contract for prescription processing support at three Meds by Mail (MbM) facilities, including Dublin, GA; Cheyenne, WY; and Murfreesboro, TN. It details operational procedures, staffing requirements, quality assurance measures, and compliance with relevant policies, while emphasizing the necessity of credentialing and the role of both the Contractor and the Government in maintaining standards and oversight throughout the contract duration. This contract aims to manage the expected growth in prescription volume and enhance support for various healthcare programs associated with the Department of Veterans Affairs.
    The document outlines numerous inquiries and clarifications regarding the RFP 36C77022R0010 for staffing services, covering aspects of the staff matrix, physical location, workload expectations, training requirements, and submission details, among others. The government responses provide guidance, confirm responsibilities, and address related concerns about operational procedures, proposal submission formats, and compliance with regulatory standards. Additionally, amendments and clarifications to sections of the proposal are noted, addressing format, content requirements, and any discrepancies in staffing numbers.
    The document outlines various inquiries regarding the RFP 36C77022R0010, specifically relating to staffing matrices, proposal submission procedures, and compliance with performance work statements. Questions range from clarifications about scheduling, payment for administrative tasks, drug testing policies, and how to submit proposals electronically rather than in hard copy format. Government responses indicate details about service expectations, staffing, and necessary documentation, affirming the non-personal services nature of the contract and clarifying responsibilities such as electronic timekeeping and COVID-19 health precautions.
    The Meds by Mail Performance Requirements Summary outlines various staffing, training, and operational metrics that contractors must fulfill, such as maintaining 80% staffing levels, achieving 100% compliance in training, and meeting specific productivity targets for pharmacists and pharmacy technicians. The Contracting Officer Representative (COR) is responsible for tracking compliance through audits and operational log reviews. Additional government surveillance may be conducted beyond the specified performance objectives to ensure contract compliance.
    The Meds by Mail Performance Requirements Summary outlines various performance objectives for contractor staff, including a minimum 80% staff fulfillment rate, 100% compliance with training and employee documentation, and specific transaction handling rates for pharmacy technicians and pharmacists. Additionally, contractors must provide timely reporting and maintain output levels consistent with government counterparts. The Government retains the right to conduct broader compliance surveillance beyond the specified performance objectives.
    The "Meds by Mail Performance Requirements Summary" outlines key staff performance metrics including an 80% fulfillment rate for staff positions, 100% employee documentation compliance, and specific transaction handling requirements for call center pharmacy technicians and pharmacists (25-40 prescriptions per hour). Additionally, it mandates timely reporting from the contractor, with oversight by the Contracting Officer's Representative (COR) through regular audits and reviews. The government retains the right to monitor compliance beyond the specified performance objectives.
    The Meds by Mail Performance Requirements outline essential staffing and operational goals for CHAMPVA and VPS work, including maintaining an 80% fulfillment rate of staff positions, 100% compliance with personnel record audits, and specified transaction handling rates by Pharmacy Technicians and Registered Pharmacists. Key performance metrics involve efficient transaction verification, handling times, and output consistency with government counterparts. The government retains the right to conduct comprehensive performance and compliance evaluations beyond the stated objectives.
    The Meds by Mail Performance Requirements Summary outlines critical performance metrics for contractor staffing, training compliance, and transaction efficiency, ensuring at least 80% staffing levels and 100% training documentation. Key expectations include the Call Center Pharmacy Technician processing 40 transactions per hour and pharmacists verifying up to 95 prescriptions in priority systems. The Government retains the authority to conduct compliance surveillance beyond the stated performance objectives.
    The document outlines Wage Determination No. 2015-5405, indicating minimum wage and fringe benefit requirements for workers covered under the Service Contract Act, particularly regarding compliance with Executive Orders 14026 and 13658. It details hourly wage rates for various occupations in Wyoming's Laramie County and provides information on additional benefits such as health and welfare, paid sick leave, and vacation. A conformance process is also described for classifying any unlisted employee occupations under the wage determination, ensuring fair compensation according to skill equivalency.
    The document outlines Wage Determination No. 2015-5405, applicable under the Service Contract Act, which mandates specific minimum wage rates for various occupations in Laramie County, Wyoming, based on contracts executed after January 30, 2022. It specifies wage rates for both covered workers and particular job classifications, including stipulations for benefits, additional pay for hazardous work, and regulations for uniform allowances. Furthermore, it highlights compliance requirements regarding sick leave as per Executive Order 13706 and explains the conformance process for unlisted job classifications.
    The document is a register of wage determinations under the Service Contract Act, detailing minimum wage rates for workers on contracts effective from January 30, 2022. It specifies that covered workers in Wyoming must be paid at least $16.20 per hour or the applicable higher wage rate for their occupation, with comprehensive benefits and rules regarding sick leave, vacation, and uniform allowances also provided. The wage rates and working conditions are subject to revisions and federal guidelines for various job classifications as outlined in the Service Contract Act Directory of Occupations.
    The Register of Wage Determinations outlines minimum wage requirements under the Service Contract Act, mandating contractors to pay at least $16.20 per hour for contracts starting or extended after January 30, 2022, and at least $12.15 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Included are classifications, respective wage rates, and regulations regarding benefits such as health and welfare, vacation, and sick leave requirements for covered workers. Additionally, the document details processes for job classification and wage rate conformance for unlisted occupations.
    This document is the "Register of Wage Determinations Under the Service Contract Act" by the U.S. Department of Labor, outlining the wage rates contractors must pay for various occupations in Wyoming, particularly following Executive Orders 14026 and 13658. Minimum wage rates differ based on contract dates and can be adjusted annually, with additional provisions for fringe benefits, vacation, and paid sick leave. The document details specific wage rates for a wide array of job classifications and includes compliance requirements for contractor practices, including uniform allowances and conformance requests for unlisted job classifications.
    The document is a wage determination under the Service Contract Act from the U.S. Department of Labor, indicating mandatory minimum wage rates employers must pay for various occupations based on contract terms and applicable executive orders. Minimum hourly rates vary, with a general rate of $17.20 for contracts starting after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. Additionally, it specifies fringe benefits, overtime pay calculations, and requirements for contract compliance related to worker protections and benefits.
    The document outlines wage determinations under the Service Contract Act (SCA), emphasizing compliance with Executive Orders 14026 and 13658, which set minimum wage standards of $15.00 and $11.25 respectively for certain contracts. It details the wage rates for various occupations in Georgia, along with benefits such as health and welfare, vacation, and holiday entitlements mandated for covered workers. Additionally, it provides guidance on the conformance process for unlisted classifications and additional classifications needing wage rates, stipulating procedures for compliance.
    This document outlines the wage determination under the Service Contract Act, specifying wage rates for various occupational categories in Georgia as of June 27, 2022. It indicates that contractors must pay covered workers at least $15.00 per hour if entering contracts from January 30, 2022, or at least $11.25 per hour otherwise, with additional benefits and requirements specified under related executive orders. Compliance with wage rates, fringe benefits, and sick leave provisions for federal contractors is emphasized, including the need for a conformance process for any unlisted job classifications.
    The document provides a detailed wage determination for contracts under the Service Contract Act applicable to certain counties in Georgia, outlining minimum wage rates and fringe benefits requirements for various occupations, effective from 2023. Notably, contracts awarded or renewed on or after January 30, 2022, mandate a minimum pay of at least $16.20 per hour, while contracts prior to this date require at least $12.15 per hour unless stipulated otherwise. Additionally, it includes provisions for paid sick leave, vacation, holidays, health benefits, and guidelines for classifying unlisted job positions under the contract.
    The document outlines the wage determination under the Service Contract Act, indicating the minimum wage rates for various occupations in specified Georgia counties, along with fringe benefits and requirements under Executive Orders 14026 and 13658. As of 2023, covered workers must be paid at least $16.20 per hour if contracts are entered into or renewed after January 30, 2022, or $12.15 for contracts awarded between January 1, 2015, and January 29, 2022. It also specifies additional benefits such as health and welfare payments, vacation, and holiday entitlements for workers under these contracts.
    This document contains the Wage Determination No. 2015-4647, listing minimum wage and fringe benefits for workers under the Service Contract Act in Tennessee, with specified rates based on occupation. The minimum wage for covered workers must be at least $15.00 per hour if the contract starts or is renewed after January 30, 2022, reflecting adjustments for Executive Orders related to federal contracts. Additionally, the document outlines requirements for paid sick leave, health and welfare benefits, vacation, holidays, and procedures for authorizing additional classifications and wage rates.
    The document outlines wage determination under the Service Contract Act, applicable to federal contracts in Tennessee, specifying minimum pay rates of at least $15.00 per hour for new contracts or renewals post-January 30, 2022, and $11.25 for contracts awarded from January 1, 2015, to January 29, 2022. It details specific wage rates for various occupations, fringe benefits, and the requirements tied to paid sick leave, vacation, and holidays under Executive Orders 14026 and 13706. The document also explains procedures for classifying unlisted job positions and the benefits provided to workers, including health and welfare stipends.
    The document outlines wage determinations under the Service Contract Act for contractors in Tennessee, specifying minimum wage rates based on contract start and renewal dates. Effective from 2023, contracts awarded after January 30, 2022, must pay a minimum of $16.20 per hour, while those awarded earlier require at least $12.15 per hour, with additional benefits such as health and welfare provisions, paid sick leave, and vacation eligibility. It includes detailed wage rates for various occupations, emphasizing compliance with Executive Orders regarding wage adjustments and worker protections.
    The "Register of Wage Determinations under the Service Contract Act" outlines the minimum wage and fringe benefits required for contractors operating in Tennessee as of 2023. Depending on the contract's start date, contractors must pay covered workers at least $16.20 or $12.15 per hour, along with additional protections mandated by various executive orders. Employees are also entitled to fringe benefits including health and welfare, vacation, and paid holidays, as well as potential additional compensations for hazardous jobs.
    The document outlines wage determinations under the Service Contract Act (SCA) as directed by the Secretary of Labor, detailing minimum wage rates for contractors based on contract dates, with $17.20 per hour effective for contracts after January 30, 2022. Additionally, it lists fringe benefits, working conditions, and requirements for various occupational roles within specific Tennessee counties, including provisions for paid sick leave, holidays, and vacation time. It provides instructions for contractors regarding wage calculations and requests for additional classifications if needed.
    The document appears to contain a table structure with headings for "Document," "Page #," "Reference/Section," and "Question," but lacks any actual content. As a result, there are no key details or information provided to summarize.
    Contractor employees working at or traveling to VA facilities must provide proof of vaccination or a negative COVID-19 test within three days prior to entry, with documentation maintained for inspection. They are also required to undergo daily screening and may be denied entry if they do not meet the health guidelines. Additionally, contractors must promptly notify their Contracting Officer if performance is impacted by entry denial.
    The VHA Supplemental Contract Requirements for Combatting COVID-19 mandate that contractor employees either provide proof of vaccination or present a negative COVID-19 test result to access VA facilities. Documentation must be maintained by the contractors for inspections, while daily screening protocols are enforced to ensure compliance and safety. Contractors must also promptly notify their Contracting Officer if entry issues affect contract performance.
    The document provides guidelines for prime contractors to complete a past performance reference form, including sections for contractor information, performance ratings, and remarks from reference contacts. Specific instructions are given for both contractors and their references regarding the submission of relevant details and performance evaluations related to a solicitation for pharmacist and pharmacy technician staffing under the Meds by Mail program. Additionally, performance evaluation criteria are outlined, ranging from "Neutral" (0) to "Exceptional" (5), along with prompts for comments on the contractor's performance.
    The "Meds by Mail Pricing Table" summarizes estimated annual hours for various pharmacy labor categories across three locations: Cheyenne, Dublin, and Murfreesboro. Key roles include pharmacists and pharmacy technicians, with total hours amounting to 197,120 across all categories without any recorded overtime or holiday hours. Additional financial sections for pricing are included but contain no specified values or details at this time.
    The "Meds by Mail Pricing Table" outlines the estimated annual work hours for different pharmacist and pharmacy technician positions in Cheyenne, Dublin, and Murfreesboro, indicating zero hours for overtime and holiday pay across all categories. The total workload is reflected in the hours assigned per labor category, with the highest estimate for pharmacists in Dublin at 74,880 hours and the lowest for Murfreesboro pharmacists at 2,080 hours. A subsequent section contains placeholders for financial data like hourly rates, overhead, profit, and total costs, but specific values are not provided.
    The MbM Pricing Table outlines various labor categories, estimated annual hours, and associated costs for multiple ordering periods, but all financial data is marked as $0 across the board. The categories include pharmacists and pharmacy technicians across different locations such as Cheyenne, Dublin, and Murfreesboro, accumulating a total of 297,440 estimated annual hours. No specific hourly or fully burdened rates are provided for any of the labor categories, suggesting incomplete pricing information.
    The MbM Pricing Table outlines labor categories, estimated annual hours, and associated costs for multiple ordering periods, including positions such as Pharmacist and Pharmacy Technician across different locations. However, all monetary values for the hourly rates, fully burdened rates, and totals are listed as "$ -", indicating that specific financial details are not provided. The total estimated annual hours across the listed categories is 297,440, but without rate information, no overall financial summary can be concluded.
    The Business Associate Agreement outlines the responsibilities of the Department of Veterans Affairs, Veterans Health Administration, Meds by Mail, and <Company/Organization> regarding the handling of Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. It stipulates that <Company/Organization> will provide staffing services and must protect, use, and disclose PHI only as authorized under this Agreement, while also promptly notifying the VA of any breaches of PHI. The agreement further details the terms of use, obligations, termination, and retention of PHI to ensure compliance and confidentiality.
    The document outlines instructions for prime contractors submitting proposals to complete a past performance reference form, including sections for contractor and respondent information, performance ratings, and remarks. It emphasizes the need for references to evaluate the contractor's performance on a scale from 0 (Neutral) to 5 (Exceptional), detailing specific criteria to consider. The form is aimed at gathering comprehensive feedback for a proposal related to pharmacist and pharmacy technician services for the Meds by Mail Program under the Department of Veterans Affairs.
    The document outlines instructions for prime contractors submitting proposals to a U.S. Department of Veterans Affairs contract, specifically for pharmacist and pharmacy technician services under the Meds by Mail Program. It includes sections for providing contractor and respondent information, as well as performance ratings from reference contacts on a scale from 0 (Neutral) to 5 (Exceptional), with a requirement for explanatory remarks. Furthermore, it assesses the contractor's capabilities, problem-solving approach, and whether they have received any performance notices, along with a question about future contract awards.
    The document outlines the process for evaluating the past performance of a contractor related to the Meds by Mail program, specifically for staffing pharmacist and pharmacy technician roles. Offerors are instructed to fill out their information and distribute the form to their reference contacts for completion and submission. Additionally, it includes a rating scale for performance evaluation, alongside areas of assessment, and requires confirmation of the information's accuracy by the reference contact.
    The document provides instructions for offerors to gather and submit past performance information for evaluation, specifically related to pharmacist and pharmacy technician staffing for the Meds by Mail program. It includes a form that references contacts must complete with details about their experience with the contractor, including a rating scale and performance remarks. The form must be returned to the specified contact, Jennifer Jordan, at the provided email address.
    This Business Associate Agreement establishes the terms for the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Meds by Mail (MbM), and <Company/Organization> concerning the handling of Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. It outlines responsibilities for both the VA and <Company/Organization>, including the use and disclosure of PHI, safeguarding measures, incident notification requirements, and consequences for violations. The agreement also covers the termination conditions and the obligations of both parties following the termination or completion of services.
    This Business Associate Agreement outlines the requirements for the Department of Veterans Affairs, Veterans Health Administration (VHA), Meds by Mail (MbM), and <Company/Organization> regarding the use and disclosure of Protected Health Information (PHI) in compliance with HIPAA and HITECH Act regulations. It specifies the obligations of both parties, including the protection of PHI, incident reporting protocols, and conditions for termination, ensuring that PHI remains secure during staffing services provided by <Company/Organization>. The agreement will be reviewed every two years to remain compliant with applicable laws and regulations.
    The Business Associate Agreement outlines the responsibilities of the Department of Veterans Affairs, Veterans Health Administration, Meds by Mail, and <Company/Organization> regarding the use and disclosure of Protected Health Information (PHI) under HIPAA regulations. The agreement establishes protocols for PHI handling, including permitted uses, responsibilities in case of breaches, and compliance obligations for both parties, specifying the ownership and handling of PHI and emphasizing the requirement for confidentiality and security measures. It also addresses the terms for termination of the agreement and the provision for periodic reviews to ensure compliance with applicable laws.
    The Business Associate Agreement establishes guidelines for the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Meds by Mail (MbM), and <Company/Organization> regarding the handling, use, and disclosure of Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. It outlines the responsibilities of both parties, including PHI management, incident notification protocols, and the obligations of both the Business Associate and Covered Entity, as well as the termination conditions and review requirements of the agreement. This document ensures that PHI is safeguarded throughout the provision of Staffing Services by <Company/Organization> at MbM.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Q517--Staffing Service for Murfreesboro CMOP
    Active
    Veterans Affairs, Department Of
    Solicitation from the Department of Veterans Affairs is seeking a staffing service for the Murfreesboro CMOP. The Murfreesboro CMOP is a medical-pharmacology facility that requires additional staff to fulfill its operations. The service will provide staffing support to ensure the smooth functioning of the facility. For more information, contact Jennifer L Jordan at jennifer.jordan4@va.gov.
    Q517--Staffing Service Tucson
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer personnel to support the processing of over 15 million prescriptions annually, with a minimum guarantee of $4 million and a maximum value of $250 million over five ordering periods from April 1, 2023, to March 31, 2028. This procurement is critical for maintaining efficient pharmaceutical operations and ensuring compliance with federal regulations, including HIPAA. Interested contractors must submit their proposals by the newly established deadline of July 23, 2024, and can direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov.
    8145--Medication Return Envelopes (VA-24-00012799)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Medication Return Envelopes under solicitation number 36C77024Q0051. This initiative aims to supply multiple Veterans Affairs Medical Centers (VAMCs) and Consolidated Mail Outpatient Pharmacies (CMOP) with a system for the safe disposal of scheduled and non-controlled medications over a five-year period, from November 2024 to October 2029. The program is critical for enhancing medication safety, preventing accidental overdoses, and reducing environmental waste, with an estimated budget of $47 million. Interested vendors must submit their bids by October 14, 2024, at 5 PM Central Time, and are encouraged to monitor SAM.gov for further solicitation details, which will be posted on September 13, 2024. For inquiries, contact Contract Specialist Diana Olson at Diana.Olson@va.gov or 913-684-0153.
    Durable Medical Equipment (DME) Storage and Delivery Services - VA Maryland Healthcare System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a contractor to provide Durable Medical Equipment (DME) storage and delivery services for the VA Maryland Healthcare System, with a contract period from January 1, 2025, to December 31, 2029. The contractor will be responsible for the pickup, setup, delivery, repair, installation, sanitization, and patient training related to government-owned DME, ensuring compliance with The Joint Commission standards and addressing the needs of eligible veterans across multiple VA facilities in Maryland. This service is crucial for enhancing the quality of care for veterans, ensuring they receive timely and effective support in using medical equipment. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Darcy Gray at darcy.gray2@va.gov or Paschal Dawson at paschal.dawson@va.gov for further details regarding the solicitation RFQ 36C24524Q0819.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0004
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract covering Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage qualified contractors to conduct comprehensive medical evaluations for veterans, ensuring adherence to regulatory standards and the use of Disability Benefits Questionnaires (DBQs) to assess various medical conditions. This initiative is crucial for facilitating timely and accurate disability claims processing for veterans, thereby enhancing their access to benefits. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    Q999--621 R4 - RFP-797-FSS-00-0115-R4 and Amendments 1-5
    Active
    Veterans Affairs, Department Of
    The Veterans Affairs Department has issued a Combined Synopsis/Solicitation notice for the procurement of Professional & Allied Healthcare Staffing Services under Federal Supply Schedule FSC Group Q999, Federal Supply Schedule 621 I. The contracts awarded will be multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) with Economic Price Adjustment (EPA) provisions. This standing solicitation, RFP-797-FSS-00-0115-R4, replaces the previous solicitation RFP-797-FSS-00-0115-R3. The solicitation is open and continuous, with no closing date for receipt of offers. Contract performance will begin on the effective date of award and expire five years from the date of award, unless canceled, terminated, or extended. For more information, contact the FSS Helpdesk at 708-786-7737 or HelpDesk.ammhinFSS@va.gov.
    Q--621 I Professional and Allied Healthcare Staffing Services
    Active
    Veterans Affairs, Department Of
    The VETERANS AFFAIRS, DEPARTMENT OF has issued a Combined Synopsis/Solicitation notice for Professional and Allied Healthcare Staffing Services. This service is typically used to provide healthcare staffing support to the department. The solicitation is for multiple award fixed-price indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions. The contract will be open and continuous, with no closing date for offers. Contract performance will begin on the effective date of award and expire five years from that date. The Service Contract Act (SCA) applies to this schedule, and contractors must comply with its requirements. The solicitation allows for nationwide and/or limited geographic service coverage. For more information, contact the FSS 621I Helpdesk at 708-786-7722 or Helpdesk.fss621i@va.gov.
    6505--Zolmitriptan Tablets (VA-25-00006129)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of Zolmitriptan tablets, as outlined in solicitation number VA-25-00006129. This contract aims to establish a reliable source of pharmaceutical supplies for federal healthcare programs, emphasizing compliance with the Drug Supply Chain Security Act (DSCSA) and good manufacturing practices as mandated by the FDA. The selected contractor will be responsible for providing competitive pricing for both the base year and four option years, ensuring that all products meet safety and regulatory standards. Interested parties should contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further details and to discuss submission requirements.
    R702--PBM Drug Pricing Database [VA-25-00000408]
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a subscription service to access Pharmacy Average Wholesale Pricing (AWP) data, aimed at ensuring compliance with federal regulations regarding pharmacy agreements with third-party payers and pharmacy benefit managers. This service is critical for the VA to assess whether reimbursement rates proposed by PBMs meet federal requirements, thereby maximizing revenue streams while adhering to legal standards. The contract is set for one year, starting in December 2024, with an option for four additional years, and has an estimated budget of approximately $19.5 million. Interested vendors must submit their proposals by October 1, 2024, and can contact Contract Specialist Orangella Bittick at Orangella.Bittick@va.gov or (314) 894-6460 for further information.
    SEALED AIR FILM AND MACHINE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of sealed air film and the rental of associated machinery to support its Centralized Mail Order Pharmacy operations. The procurement includes the supply of 8-inch sealed air film, with a requirement for 36 rolls delivered monthly for a year, and the no-cost rental of two sealed air machines for creating air pillows, starting October 7, 2024. This initiative is crucial for efficient pharmaceutical packaging, ensuring compliance with federal regulations while promoting engagement with service-disabled veteran-owned small businesses. Interested vendors must submit their proposals by September 17, 2024, at 5 PM, and can contact Kelly Mann at kelly.mann@va.gov or Justin Braden Smith at justin.smith1@va.gov for further information.