Q517--Staffing Service Tucson
ID: 36C77022R0008Type: 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

    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.

    Point(s) of Contact
    Nicholas L. SchulteContract Specialist
    nicholas.schulte1@va.gov
    Files
    Title
    Posted
    This document is a solicitation/contract/order for commercial products and services from the Department of Veterans Affairs. The contract is set aside for women-owned small businesses, and the NAICS code is 561210. The document includes instructions for completing the offer and provides information on delivery, payment, and subcontracting requirements.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for pharmacy and shipping services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is intended to engage contractors who meet eligibility criteria, including registration in the System for Award Management (SAM). The contract spans five ordering periods from April 1, 2023, to March 31, 2028, with a maximum value of $150 million and a minimum guarantee of $4 million. The sections within this RFP detail solicitation information, performance expectations, contract clauses, and compliance requirements, aimed at ensuring fair competition and inclusion of small businesses. Key indicators such as the NAICS code (561210), which pertains to facilities support services, and stipulated service rates for employees are present. The RFP underscores the significance of adhering to federal regulations, including limitations on subcontracting, which mandate that a significant portion of work must be performed by the awarded SDVOSB. This initiative reflects a governmental effort to foster small business participation and support veteran entrepreneurs in federal contracting opportunities.
    The document is an amendment to a solicitation related to a contract with the Department of Veterans Affairs, specifically from the NCO 15 Contracting Office. The primary purpose of this amendment is to extend the deadline for proposed offers to January 13, 2023, at 2:00 PM CST, allowing additional time for bidders to submit their proposals. This extension also indicates that a subsequent amendment (Amendment 0002) will be issued, providing answers to questions and any necessary changes to the solicitation or its attachments. The amendment outlines the procedures for bidders to acknowledge receipt of this modification and how to submit offers or any changes to previously submitted offers. It emphasizes the importance of compliance with these requirements to avoid the rejection of proposals. The document serves as an official communication to ensure transparency and fairness in the bidding process for government contracts under the federal procurement system.
    Amendment 0001 extends the proposal receipt date to January 13, 2023 at 2:00PM CST. Amendment 0002 is forthcoming, which will publish Q&A and any changes to the solicitation or its attachments. All other terms and conditions remain unchanged.
    The NCO 15 Contracting Office - CMOP has issued an amendment/modification to the contract. The effective date of the amendment is January 20, 2023, and it extends the proposal closing date to 2:00PM CST on that day. The amendment also includes revisions to attachment 7 - Past Performance, and the release of amendment 0003 on January 17, 2023.
    The document outlines an amendment to a Request for Proposals (RFP) issued by the Department of Veterans Affairs for services related to the Centralized Mail Order Pharmacy (CMOP). The main purpose of the amendment is to extend the proposal closing date to January 20, 2023, at 2:00 PM CST, while also updating relevant sections of the solicitation. Key updates include a revised Attachment 7 on Past Performance metrics and changes to the instructions for offer submission. A site visit was scheduled to provide potential Offerors insight into the production environment, with specific registration requirements and limitations on attendance. The proposal submission consists of four volumes: General, Technical Capability, Past Performance, and Price. The evaluation criteria prioritize Technical Capability and Past Performance, with price considered but deemed less critical. Each factor will undergo careful assessment to determine compliance with the Performance Work Statement (PWS), and proposals that do not meet minimum requirements will be deemed unacceptable. The amendment emphasizes the need for clarity, detail in documentation, and adherence to submission guidelines to enhance the likelihood of award. Overall, this amendment reflects the VA's commitment to a transparent and efficient procurement process.
    This document is an amendment to a solicitation or contract regarding BPA No. 1. The current proposal due date is suspended until the government provides an amendment with answers to remaining questions and establishes a new due date. All other terms and conditions of the document remain unchanged.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the NCO 15 Contracting Office for a project numbered 36C77022R0008. The primary purpose of the amendment is to suspend the proposal submission deadline originally set for January 20, 2022, until further clarification is provided by the government regarding outstanding questions. This amendment ensures all bidders are updated on the new timeline and emphasizes the importance of acknowledging receipt of the amendment to remain compliant with the solicitation process. The contracting officer, Benjamin DuFour, is responsible for this modification, highlighting the procedural nature of contract amendments in government procurement. Overall, the document reflects the government's commitment to a transparent bidding process while managing vendor expectations regarding proposal timelines.
    This document is an amendment to a contract, specifically BPA No. 1. The amendment extends the proposal closing time to 2PM CST on February 3, 2023, and includes revisions to several attachments.
    This document serves as an amendment to a solicitation by the Department of Veterans Affairs, specifically NCO 15 Contracting Office. The amendment extends the proposal submission deadline to 2 PM CST on February 3, 2023, while also addressing updates and clarifications regarding the solicitation. Key attachments include revisions to the Performance Work Statement (PWS), Project Requirements Specification (PRS), and a Wage Determination document, among other materials related to the proposal. The amendment is designed to enhance the clarity of project requirements and allow potential bidders adequate time to prepare their submissions, reflecting the agency's commitment to transparency and thoroughness in the bidding process. The changes also incorporate a question-and-answer section to aid bidders in understanding project specifics. This amendment exemplifies the structured process of government contracting, emphasizing the importance of documentation and timely communication in public procurement.
    The document outlines an amendment to a solicitation by the Department of Veterans Affairs for staffing services at the Consolidated Mail Outpatient Pharmacy in Tucson, Arizona. It specifies that the solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes detailed instructions for the submission of offers, including a new due date of July 23, 2024, at 2 PM CST. The contract encompasses services for pharmacists, pharmacy technicians, and shippers/packers, with an estimated minimum contract amount of $2 million and a maximum amount of $250 million over five one-year ordering periods. The document provides clarity on pricing, ordering procedures, and invoicing while emphasizing that contractors must register at www.SAM.gov to be eligible. Furthermore, compliance with various federal regulations and clauses is required, including limitations on subcontracting applicable to SDVOSBs. The amendment replaces previous solicitation language and delineates responsibilities and conditions for both the contractor and the government, ensuring clarity on service delivery expectations under the performance work statement. The document reaffirms the commitment to securing contracts that benefit small businesses owned by service-disabled veterans, reflecting the VA's prioritization of this demographic in government contracts.
    This document serves as an amendment to a government solicitation and contract, as administered by the Department of Veterans Affairs. The amendment specifically suspends the proposal submission deadline of July 23, 2024, pending the issuance of a new amendment that will address outstanding questions from bidders. The changes being made are administrative in nature, and all other terms and conditions of the original document remain unchanged. Businesses interested in contracting opportunities are instructed to acknowledge receipt of this amendment by returning specified copies or by confirming receipt alongside their proposals. The contracting officer overseeing this amendment is Benjamin Dufour. The amendment underscores the government's commitment to maintaining clear communication with offerors and ensuring competitive bidding processes.
    The document outlines a federal government Request for Proposal (RFP) for healthcare staffing services at the Department of Veterans Affairs (VA) Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor is required to provide staffing for various positions, including pharmacists, pharmacy technicians, and shipper/packers, to support the processing of over 15 million prescriptions annually. Staffing requirements specify both full-time equivalent employees (FTEEs) for various shifts, detailing the total hours needed. The RFP emphasizes the importance of meeting contractual staffing levels, including a minimum guarantee of $4 million over a five-year period with a firm-fixed price contract. Key responsibilities include maintaining a qualified workforce, managing human resources, and adhering to quality standards in line with VA regulations and the Joint Commission's criteria. Training, credentialing, and compliance with HIPAA are mandatory, reinforcing the critical nature of safeguarding patient information. Furthermore, the document outlines the need for a responsive contractor that can adapt to fluctuating workloads and operational demands. It includes robust reporting requirements and emphasizes maintaining high productivity and quality standards. The stipulations reflect the VA's commitment to providing effective and timely pharmaceutical care while ensuring compliance with federal and healthcare regulations.
    The Department of Veterans Affairs (VA) is seeking a contractor to provide pharmacy services for their Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor must provide qualified pharmacists, pharmacy technicians, and shippers/packers to support the operations of the CMOP. The contractor will be responsible for staffing, training, and ensuring compliance with CMOP policies, as well as maintaining patient privacy and adhering to HIPAA regulations.
    The Department of Veterans Affairs (VA) seeks a contractor to provide staffing services for the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, from April 1, 2023, to March 31, 2028. The contractor will supply pharmacists, pharmacy technicians, and shipper/packer personnel to assist in processing over 15 million prescriptions annually. Staffing requirements include specific full-time equivalent (FTEE) positions across various shifts, with flexibility for adjustment based on production demands and unforeseen circumstances. The contract is a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ), ensuring a minimum guarantee of $4 million without any obligation for further orders. Operational protocols specify work schedules, billable hours, and necessary supervisory oversight, including quality control measures and compliance with VA policies. The contractor must maintain a qualified personnel pool, adhere to strict reporting and credentialing requirements, and ensure all services meet the established standards. The overall aim is to ensure a seamless and efficient operation within the CMOP, maintaining high standards of healthcare service delivery while being accountable for performance metrics and adherence to federal regulations. Compliance with HIPAA and safeguarding patient information is emphasized throughout the document.
    The document outlines the requirements for contracting staffing services at the Department of Veterans Affairs (VA) Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor is responsible for providing pharmacist, pharmacy technician, and shipper/packer services while ensuring compliance with operational hours, staffing levels, and performance standards. The CMOP processes over 15 million prescriptions annually, necessitating a consistent workforce that meets specific qualifications and training standards. Key responsibilities include managing personnel, maintaining a quality control program, and adhering to VA policies and procedures. Staffing requirements dictate a mix of full-time equivalent positions across various shifts, accompanied by a strong emphasis on contractor accountability and performance oversight. The contract will be firm-fixed price with a minimum guarantee of $4 million over five years, allowing for task orders to be issued based on needs. Maintaining a proper staffing rate, conducting mandatory employee training, and ensuring compliance with federal laws, including HIPAA, are critical elements of the contract. The contractor must also uphold stringent safety and privacy protocols, reflecting the commitment to patient care and operational efficiency within federal health services. Overall, the document serves as a comprehensive guide for bidders to understand service expectations and regulatory compliance necessary for VA operations.
    The Contractor will provide pharmacist, pharmacy technician, and shipper/packer services to the Department of Veterans Affairs Consolidated Mail Outpatient Pharmacy. The services will support the processing and dispensing of prescriptions, and staffing requirements will vary based on shifts and workload. The Contractor must comply with privacy and security regulations, including HIPAA and VA information and information system security/privacy requirements.
    - Best Medical Staffing LLC is located at 4079 Talladega Dr, Sparks NV 89436. - HealthRev, LLC is located at 20816 E. 11 Mile Road, Suite 109, St. Clair Shores, MI 48081. - CW-LTS, LLC is located at 722 E Market Street, Ste 102, #C16 Leesburg, VA 20176-4475.
    The document lists three companies potentially responding to government Requests for Proposals (RFPs) in the healthcare staffing sector. The companies include Best Medical Staffing LLC, located at 4079 Talladega Dr, Sparks, NV; HealthRev, LLC, at 20816 E. 11 Mile Road, Suite 109, St. Clair Shores, MI; and CW-LTS, LLC, situated at 722 E Market Street, Ste 102, #C16, Leesburg, VA. These organizations are likely being evaluated for their ability to meet federal and state/local healthcare staffing needs, reflecting the government’s intent to enhance service provision in this sector. Each company’s geographical location may also inform regional capabilities and responsiveness to local healthcare staffing demands. Overall, the document serves as a preliminary identification of potential bidders in healthcare contracting.
    The RFP requires a minimum staffing level of 39 pharmacists and pharmacy technicians and 31 shipper/packers in a single contract. The Contractor must provide all necessary equipment for detailed electronic timekeeping purposes, including hardware for clocking in and out. The PWS states that the contractor is responsible for providing personal protective equipment (PPE) and that the facility is not open and operating 24 hours.
    The document outlines a Request for Proposals (RFP) from the Department of Veterans Affairs (VA) for staffing services, specifically targeting healthcare workers such as pharmacists, pharmacy technicians, and unskilled labor (shippers/packers) within a specified radius. Central to the RFP are requirements for technical capability and past performance, including a minimum staffing threshold of 70 Full-Time Equivalents (FTE), which is argued to be overly restrictive and potentially favoring incumbent contractors. Key elements include a detailed solicitation process, submission guidelines, and specific certifications for personnel, such as Six Sigma for Facility Administrators. The contractors are responsible for ensuring compliance with timekeeping and staffing regulations. Questions from potential bidders indicate concerns over geographic restrictions, the necessity of on-site personnel documentation, and proposal submission methods, particularly during the COVID-19 pandemic. The response to these inquiries indicates flexibility in submission standards and acknowledges the complexities of navigating VA credentialing processes. The document emphasizes the VA's focus on competitive fairness, requiring clarity in staffing qualifications and contract performance metrics. This RFP exemplifies how government contracts seek a balance between strict qualifying criteria and ensuring a competitive bidding environment.
    The Tucson CMOP Staffing Service outlines performance objectives and standards for contractor operations, particularly for filling positions and ensuring employee training compliance. Key performance objectives include filling a minimum of 97% of contracted positions per shift and maintaining 100% current training files for all employees. Reporting is also crucial, requiring timely submissions in accordance with the performance work statement. The document stipulates that contract pharmacy technicians and pharmacists must adhere to specific VA productivity standards, while shipping and packing performance is set at an 80% productivity threshold across different packing methods. Surveillance methods include record inspections and visual observations of the production floor. Additionally, the government reserves the right to monitor contractor compliance beyond the stated performance objectives, ensuring a comprehensive assessment of contractual obligations. This document, part of federal RFPs and contract requirements, highlights the government's commitment to maintaining high operational standards and accountability in service delivery.
    The Tucson CMOP Staffing Service contract includes performance objectives such as a minimum of 97% of positions being filled per shift for each CLIN, all employees having current training files, providing timely reporting as per the performance work statement, and contract pharmacy technicians and pharmacists meeting VA employee standards of productivity. Government surveillance includes inspecting contractor records and conducting visual surveillance of the production floor. The government also reserves the right to conduct compliance surveillance of any contractual requirement.
    The Tucson CMOP Staffing Service document outlines performance objectives and standards for contracted staffing positions. Key performance metrics include filling a minimum of 97% of positions per shift, maintaining current training files for all employees, and ensuring timely reporting in accordance with the performance work statement. The standards mandate 100% compliance in various areas, such as employee training and reporting, while establishing an 80% threshold for Shipper/Packer productivity in different packing methods. Monitoring methods include periodic inspections and visual surveillance of the production floor, highlighting the government's oversight role. Additionally, the document reaffirms the government's authority to conduct compliance surveillance beyond the specified performance objectives. Overall, this document underscores the importance of adhering to contract standards and maintaining high productivity levels within Tucson's CMOP operations.
    The Tucson CMOP Staffing Service is required to have a minimum of 97% of contracted positions filled per shift for each CLIN, with surveillance conducted through inspections of contractor records and visual surveillance of the production floor. All employees are required to have a current training file, with periodic inspections of current and new personnel. Timely reporting is also required at 100%, with inspections of contractor reports and records. Pharmacy technicians and pharmacists must meet VA employee standards of productivity, with periodic inspections of contractor records and visual surveillance of the production floor. Shipper/Packer performance standards are based on expected productivity, with inspections of contractor records and visual surveillance of the production floor. The government has the right to conduct compliance surveillance of any contractual requirement.
    The Tucson CMOP Staffing Service Performance Requirements Summary outlines the expectations for contractor performance regarding staffing and operational standards. The document specifies that contractors must fill a minimum of 97% of required positions per shift and maintain comprehensive training files for all employees. Timely reporting according to the performance work statement is also mandated, holding a 100% compliance standard. Additionally, pharmacy technicians and pharmacists are required to meet VA productivity standards, while shipper/packer performance is evaluated based on productivity expectations in packing operations, with a performance threshold set at 80%. The government reserves the right to conduct compliance surveillance beyond the outlined performance objectives to ensure adherence to all contractual requirements. This summary reflects the critical nature of performance monitoring to maintain high standards in service delivery within government contracts.
    The document outlines production expectations related to staffing in a pharmaceutical setting, detailing the expected hourly outputs for various positions, including Shipper/Packer, Pharmacy Technician (Pharm Tech), and Pharmacist. The production rates indicate that a Shipper/Packer is expected to handle 150 units per hour, a Pharm Tech 181 units, and a Pharmacist 401 units. Specific rates for new trainees are provided, indicating a ramp-up in productivity: in their first 30 days, a Pharm Tech is expected to achieve 106 units per hour, increasing to 140 units after 60 days. For Pharmacists, the expected output is 311 units during training, reaching 401 units later. This structure reflects the training phases for these positions, emphasizing the importance of ramping productivity as experience increases. The document serves as a guideline for staffing and performance metrics in response to federal or state contracts related to healthcare or pharmaceuticals, ensuring compliance with production standards necessary for funding or grant requirements.
    The performance standards for pharmacists, pharmacy technicians, and shippers/packers are outlined in Attachment 3. During the first 30 days of training, pharmacists are expected to complete 311 scans per hour, pharmacy technicians are expected to complete 137 scans per hour, and shippers/packers are expected to complete 106 scans per hour. In full production, pharmacists, pharmacy technicians, and shippers/packers are expected to complete 401 scans, 181 scans, and 140 scans per hour respectively.
    The document outlines performance standards for various roles within a pharmacy setting, specifying the scan productivity expectations for pharmacists, pharmacy technicians, shippers/packers, and trainees during their first 30 days of employment. The specified performance metrics include a minimum of 311 scans per hour for trainees, escalating to 401 scans per hour for full production by pharmacists. Other roles are also detailed; pharmacy technicians are expected to achieve 137 scans per hour as trainees and 181 scans per hour at full production, while shippers/packers should complete 106 scans per hour as trainees and 140 scans per hour when fully productive. This structured performance measurement serves as a guideline to assess employee efficiency and productivity within the pharmacy operations, which is vital for meeting service demands and operational effectiveness within the framework of federal and state RFPs and grants that may focus on staffing and productivity levels in healthcare services.
    The document appears to be a consolidated collection of federal and local government Request for Proposals (RFPs) and grants, encompassing a variety of projects and funding opportunities. It highlights a broad spectrum of potential governmental initiatives aimed at improving infrastructure, health, and environmental standards. Key topics include specifications for contract services, eligibility requirements for grant applications, and compliance with federal regulations. The document emphasizes the importance of meticulous planning and execution in project management to ensure safety, adherence to regulatory guidelines, and effective resource allocation. Information is structured to guide potential bidders on the submission process, required documentation, and evaluation criteria for proposals, thereby facilitating a competitive bidding process. Supporting details provide insights into specific areas such as mechanical, plumbing, and safety systems upgrades, alongside environmental assessments crucial for maintaining compliance with health and safety standards. As such, the content serves as both an informational resource for applicants and a framework for governmental agencies in executing public works and community projects.
    The document provides information on wage determinations, minimum wage rates, and benefits for various occupations under the Service Contract Act. It also mentions the applicability of Executive Order 14026 and Executive Order 13658 on minimum wage requirements. Additionally, it outlines the requirements for paid sick leave, health and welfare benefits, vacation, and holidays for employees covered under this act.
    The document is a Wage Determination by the U.S. Department of Labor under the Service Contract Act, primarily establishing minimum wage rates and fringe benefits for various occupations in Arizona, particularly in Pima County. It mandates compliance with Executive Orders 14026 and 13658, which set minimum wages at $15.00 and $11.25 per hour, respectively, for workers based on contract dates and renewal conditions. Additionally, it outlines required fringe benefits, health and welfare rates, vacation, and holiday benefits for employees on federal contracts, including specific rates for various job classifications. The document further addresses rules for classifying any unlisted occupations that may arise during contract execution through a conformance process, ensuring clear communication with contracting officers and adherence to labor regulations. Emphasizing protection for workers, it also includes provisions related to paid sick leave. This framework is crucial for federal agencies and contractors in managing labor costs and ensuring fair treatment of employees engaged in government contracts.
    This document provides information on wage determinations under the Service Contract Act. It outlines the minimum wage rates for various occupations, as well as the benefits that workers in these occupations are entitled to, such as health and welfare benefits, paid sick leave, vacation time, and holidays. It also mentions that computer employees may be exempt from some of the wage provisions.
    The document outlines wage determinations under the Service Contract Act (SCA) for the year 2023, specifically addressing wage rates for various occupations in Pima County, Arizona. It highlights that contractors must comply with the minimum hourly wage of at least $16.20 as per Executive Order 14026 or $12.15 under Executive Order 13658, depending on the contract's award date. Each occupation is detailed with corresponding wage rates, including fringe benefits such as health and welfare allowances (set at $4.80 per hour) and paid sick leave provisions under Executive Order 13706. The document also includes guidelines for classifying unlisted job categories through a conformance process using Standard Form 1444. Additionally, it notes benefits like paid vacation, holidays, and uniform allowances, giving essential information for contractors involved with federal contracts subject to the SCA. The comprehensive wage determination ensures fair compensation for workers while complying with federal labor standards.
    The document outlines a Request for Proposal (RFP) aimed at soliciting bids for the development and execution of a comprehensive public outreach program. The program seeks to enhance citizen engagement in government initiatives through various strategic communication methods, including workshops, social media campaigns, and surveys. Key objectives involve increasing awareness of community resources, encouraging participation in local government activities, and gathering public feedback to inform policy decisions. The RFP details expectations regarding deliverables, including the creation of educational materials and regular performance evaluations to track outreach effectiveness. Potential contractors are required to demonstrate previous experience in public engagement projects and the ability to work collaboratively with diverse community groups. Additionally, the document emphasizes compliance with federal regulations governing community engagement efforts, ensuring initiatives are inclusive and performance metrics are adhered to. The overall purpose of this RFP is to foster a more informed and active citizen populace, thereby enhancing transparency and responsiveness in government operations.
    Contractor employees working or travelling to VHA locations must provide proof of vaccination or a negative COVID-19 test. Documentation must be maintained and may be inspected. Daily screening for COVID-19 is required, and contractors must self-screen if they will have direct contact with VA patients. Contractors must notify their COR or Contracting Officer if contract performance is jeopardized due to denied entry into VA facilities.
    The VHA Supplemental Contract Requirements for Combatting COVID-19 mandate compliance for contractors working in or visiting VA facilities. Key requirements include proof of vaccination for fully vaccinated individuals and negative COVID-19 test results for unvaccinated individuals, both of which must be maintained for inspection. Daily screening for COVID-19 is mandatory, and contractor employees must self-screen if they will have direct patient contact, adhering to federal health information laws. Contractors must notify the Contracting Officer if their performance is affected by employees being denied entry. Additionally, these requirements apply to indefinite delivery contracts for any prior task orders or delivery orders already in progress. Overall, these measures aim to promote safety and health for all personnel interacting with VA facilities amid the ongoing pandemic.
    The document outlines the Past Performance Reference Contract process for a contractor submitting a proposal to provide staffing services for the Tucson Consolidated Mail Outpatient Pharmacy Facility. It includes instructions for both the prime contractor and reference contacts. Contractors must fill out their information and submit the form to their references, who will provide detailed feedback on the contractor's past performance, focusing on various aspects such as quality of personnel, problem-solving abilities, responsiveness to contract changes, and overall satisfaction. The references rate performance on a scale from 0 (Neutral) to 5 (Exceptional) and must explain their ratings in the remarks section. The form also asks if the reference would award future contracts to the contractor. This evaluation process is crucial in assessing the contractor’s qualifications and reliability in fulfilling future government contracts. Overall, the document serves as a structured means of gathering performance information for potential evaluations in federal procurements.
    The Tucson CMOP pricing table includes various labor categories, estimated annual hours, and hourly rates for pharmacists, pharmacy technicians, shipper/packers, and facility administrators. The document also includes pricing information for overhead, profit, fully burdened rates, and totals for each ordering period.
    The Tucson CMOP Pricing Table outlines labor costs for various pharmacy-related roles, including pharmacists, pharmacy technicians, and shipper/packers, over several ordering periods. Key data includes hourly rates for standard shifts and overtime requirements, with specific rates indicated for different positions such as lead roles. Notably, many roles show an hourly rate of zero for night shifts and holidays, indicating these may be either unpaid or nonexistent. The document also mentions estimated annual hours and additional components such as overhead and profit, which contribute to the overall budget planning in response to government RFPs and grants. The structure suggests an emphasis on evaluating labor costs to establish a competitive pricing strategy for the provision of pharmaceutical and logistical services, highlighting critical financial planning elements relevant to federal and state contracts.
    The Tucson CMOP Pricing Table provides estimated annual hours and rates for various labor categories, such as pharmacists, pharmacy technicians, and shippers/packers. However, the table is incomplete and lacks specific pricing information for each labor category during different ordering periods.
    The Tucson CMOP Pricing Table outlines detailed costs associated with various labor categories in pharmaceutical operations, emphasizing both standard and overtime rates for different roles. The document includes pricing for Pharmacists, Certified Pharmacy Technicians, Non-Certified Pharmacy Technicians, Pharmacy Technician Leads, and Shipper/Packers, with corresponding nighttime rates as well. The total estimated annual hours project a combined cost of $463,910. Each role's weekday and overtime labor costs are specified, indicating a structured breakdown for budgeting purposes. Additionally, there are placeholders for multiple ordering periods, which suggest an ongoing contractual framework. The purpose of this document is to facilitate planning and costing within government procurement contexts, reinforcing accountability and clarity in federal and state purchasing processes related to pharmaceutical staffing.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Tucson CMOP, and <Company/Organization> establishes guidelines for the management and protection of Protected Health Information (PHI) under HIPAA and HITECH regulations. The agreement enables <Company/Organization> to provide staffing services while ensuring that any PHI received is used and disclosed appropriately. Key responsibilities include maintaining the confidentiality and security of PHI, notification of any incidents involving PHI, and ensuring compliance with minimum necessary standards. The BAA outlines the obligations of both parties, such as the return or destruction of PHI upon contract completion and liability for violations. The agreement is subject to periodic reviews to ensure ongoing compliance with applicable laws. Overall, this document aims to safeguard sensitive health information while supporting the operational needs of the Tucson CMOP through regulated collaboration with <Company/Organization>.
    This document provides instructions for prime contractors submitting proposals for a United States Department of Veterans Affairs contract, specifically for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy Facility. Contractors must complete a Contractor Information section and send it to their references for evaluation of past performance. The reference contacts are required to fill out specified details, including agency name, services provided, and performance ratings on a scale from 0 (Neutral) to 5 (Exceptional). Key evaluation criteria encompass the contractor's management capabilities, staffing efficiency, response to contract changes, and overall performance throughout the contract period. The document seeks to gather comprehensive insights into the contractor's reliability and effectiveness, including any instances of issues such as cure or show cause notices. Ultimately, the feedback will guide the decision-making process regarding the awarding of contracts, reinforcing the emphasis on accountability and quality in fulfilling government contracts.
    This document provides instructions to the prime contractor and reference contacts regarding past performance for a United States Department of Veterans Affairs contract. The document includes tables for recording respondent information and performance ratings. It also includes a section for remarks and certification of accuracy.
    The document outlines the instructions for Offerors regarding the submission of past performance references related to a federal Request for Proposal (RFP) for pharmacist/pharmacy technician and shipper/packer staffing at the Tucson Consolidated Mail Outpatient Pharmacy Facility. Offerors must gather and provide essential information, including their company details, a Reference Contact’s information, and a performance evaluation of their past contracts. Reference Contacts must rate the Offeror's performance on a scale from 0 (Neutral) to 5 (Exceptional) across various criteria, such as the ability to hire qualified personnel, timely resolution of issues, and overall contract compliance. Each criterion requires an explanation for the assigned score. Additional questions assess if any performance issues occurred and the potential for future contracts with the Offeror. This structured evaluation process aims to ensure transparency and accountability in contractor performance, which is vital for effective government project management and service delivery, highlighting the government's expectation for high standards in contract execution.
    This document provides instructions to offerors for completing past performance evaluations. It includes sections for respondent information, performance information, and overall performance rating. Offerors are asked to provide explanations for their ratings in the remarks section.
    This document is a request for reservation for the 2022 NCO15 CMOP Site Visit Event at the Tucson CMOP in Arizona, aimed specifically at Service Disabled Veteran Owned Small Business (SDVOSB) vendors. The event is scheduled for December 15, 2022, and is designed for prospective offerors who have experience in providing Staffing Services comparable to the solicitation's criteria. Attendees are required to select preferred time slots for their visit (9:00 am, 10:00 am, or 11:00 am local time) and provide details about their company and the attendees. These reservation requests must be submitted via email with a designated subject line. The intention behind the site visit is to facilitate engagement and information-sharing between the Veterans Affairs and potential contractors, thereby promoting collaboration and transparency in the bidding process for federal contracts. Overall, the document outlines the necessary logistical details for participation in this federally sponsored site visit.
    This document is a request for reservation for the 2022 NCO15 CMOP Site Visit Event at the Tucson CMOP (Southwest CMOP) in Tucson, Arizona. The request includes preferred times for attendance and contact information for the company/organization and attendees. The completed form should be submitted to jennifer.jordan4@va.gov with the subject line "Reservation Request - Tucson CMOP Site Visit".
    This Business Associate Agreement (BAA) formalizes the relationship between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Tucson Consolidated Mail Outpatient Pharmacy (CMOP), and <Company/Organization> to comply with HIPAA regulations concerning Protected Health Information (PHI). The Agreement outlines the responsibilities regarding the use and disclosure of PHI while the Business Associate provides staffing services for pharmacists, pharmacy technicians, and shipper/packers. Key provisions include ownership of PHI by the VA, compliance with minimum necessary standards for data handling, and obligations for incident reporting and safeguarding data. The Business Associate must ensure that its subcontractors follow similar terms, implement protective measures, and notify the VA of any security incidents involving PHI within a specified timeframe. The Agreement also includes terms regarding amendments, termination processes, and the survival of obligations post-termination. The BAA serves as a critical framework for protecting veterans' health information and ensuring compliance with federal regulations, reflecting the government's commitment to safeguarding sensitive data in contractual relationships with external entities. The effective date of the Agreement will be established upon the final signatures from both parties.
    This Business Associate Agreement establishes the requirements for the Department of Veterans Affairs, Veterans Health Administration, TUCSON CMOP, and <Company/Organization> in accordance with HIPAA and other regulations regarding the use and disclosure of Protected Health Information (PHI). The agreement outlines the obligations of both parties, including the proper use and safeguarding of PHI, notification of incidents, and termination conditions. The agreement will be reviewed every two years to ensure compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    6505--BUDESONIDE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Budesonide inhalation suspension, specifically for the National CMOP Office in Tucson, Arizona. This solicitation is set aside for small businesses, requiring the delivery of 6,776 cartons of Budesonide 0.5MG/2ML inhalation suspension, with each carton containing 30 ampules formatted for single-dose use. The procurement is critical for ensuring the availability of high-quality pharmaceutical supplies for veterans, adhering to strict compliance and safety standards, including the Drug Supply Chain Security Act. Interested vendors must submit their proposals by September 18, 2024, at 10 AM CDT, and can contact Contract Specialist Brigitte Kidder at Brigitte.Kidder@va.gov for further information.
    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.
    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.
    Q517--Hazardous Compounding
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for hazardous compounding services to support the Gulf Coast Veterans Health Care System, specifically for providing compounded hazardous chemotherapy agents at its facilities in Biloxi, MS, and Pensacola, FL. The contract will be structured as a firm-fixed price, indefinite-delivery, indefinite-quantity agreement, with a base period from October 1, 2024, to September 30, 2025, and the option for four additional one-year extensions. This procurement is critical for ensuring the timely and compliant delivery of essential medical treatments to veterans, adhering to FDA and USP standards while emphasizing quality assurance and regulatory compliance. Interested contractors should submit their proposals and past performance questionnaires by 12 PM CT on September 20, 2024, and can direct inquiries to Contracting Officer Tina L. Harris at Tina.Harris3@va.gov.
    Z1DA-- Construction Renovate Outpatient Pharmacy and HVAC, Mather 612A4-19-016
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the renovation of the outpatient pharmacy and HVAC systems at the VA Northern California Healthcare System in Mather, California. This project aims to upgrade the existing pharmacy space to enhance operational efficiency and workflow, addressing critical deficiencies in plumbing and mechanical systems while providing a state-of-the-art facility for patient care. The anticipated contract value is between $5 million and $10 million, with a performance period of approximately 426 calendar days from the notice to proceed. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must be registered in the System for Award Management (SAM) and verified by the SBA's VetCert program, with proposals due following the solicitation release on or about August 29, 2024. For further inquiries, contact Rosario Chaidez at Rosario.chaidez1@va.gov or call 916-923-4548.
    762-24-3-040-2385 -Tucson CMOP ACAMPROSATE -(VA-24-00083915)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking offers for the procurement of Acamprosate 333mg EC tablets under solicitation number 36C77024Q0392, aimed at fulfilling its pharmaceutical needs. Vendors are required to submit a comprehensive proposal that includes pricing schedules, valid state licenses, and compliance certifications, with a focus on maintaining high standards for drug quality and adherence to regulatory requirements. This procurement is crucial for ensuring the availability of essential medications for veterans, reflecting the government's commitment to supporting small businesses through a total small business set-aside. Interested vendors must submit their bids by September 17, 2024, at 4:00 PM CST, and can contact Sarah Fry at sarah.fry2@va.gov or 913-758-9935 for further information.
    J065--AGFA Equipment Preventative Maintenance - Solicitation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for preventative maintenance services for medical equipment at the Southern Arizona VA Healthcare System. The contractor will be responsible for providing labor, materials, and equipment necessary for maintenance and repair, ensuring compliance with federal, state, and VA policies, and utilizing original equipment manufacturer (OEM) certified parts. This contract, valued at an estimated $34 million, is crucial for maintaining the operational integrity of healthcare services provided to veterans and spans from November 1, 2024, to October 31, 2029. Interested parties can contact Contracting Specialist Koby Thiel at Koby.Thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details.
    6505--Prasugrel HCL 5mg and 10mg 30 Count Bottles
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of Prasugrel Hydrochloride (HCL) tablets in 5mg and 10mg 30 count bottles. The procurement aims to establish a reliable supply chain for these pharmaceutical products, which are critical for the healthcare of veterans and related agencies, ensuring compliance with federal regulations and the Drug Supply Chain Security Act (DSCSA). Offerors must provide pricing for a base year and four optional one-year periods, demonstrate manufacturing and distribution capabilities, and adhere to stringent reporting and safety standards. Interested contractors should contact Contract Specialist Matthew S. Poulin at Matthew.Poulin@va.gov for further details regarding the solicitation process.
    7510--PRINTER SUPPLIES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for printer supplies, specifically replacement toners and printer parts for Lexmark MS826 printers, to support operations at the Shawnee Centralized Mail Order Pharmacy (CMOP) in Shawnee, Kansas. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires vendors to be registered in SAM.gov, with the submission of samples for any alternate items proposed. Timely delivery and adherence to quality standards are critical, as the supplies are essential for the facility's operational readiness, with initial deliveries scheduled to commence in October 2024 and options extending through October 2025. Interested vendors must submit their proposals by September 17, 2024, and direct any inquiries to Contract Specialist Brigitte Kidder at Brigitte.Kidder@va.gov.