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 Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona, under Solicitation Number 36C77022R0008. The contract, which is a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, requires the contractor to provide non-personal staffing for various roles, including Pharmacists, Pharmacy Technicians, and Shipper/Packer positions, ensuring a minimum staffing rate of 97% across two shifts. This procurement is critical for maintaining efficient pharmacy operations, processing over 15 million prescriptions annually, and adhering to strict compliance with VA and federal regulations, including HIPAA. Proposals are due by 10:00 AM CST on December 18, 2025, and interested parties should contact Nicholas L. Schulte at nicholas.schulte1@va.gov for further information.

    Point(s) of Contact
    Nicholas L. SchulteContract Specialist
    nicholas.schulte1@va.gov
    Files
    Title
    Posted
    Amendment 0001 to solicitation 36C77022R0008, issued by the Department of Veterans Affairs, NCO 15 Contracting Ofc - CMOP, extends the deadline for proposal receipt to January 13, 2023, at 2:00 PM CST. This modification explicitly states that offers must acknowledge the amendment by completing and returning copies of the amendment, acknowledging receipt on the offer itself, or submitting a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may lead to the rejection of the offer. A forthcoming Amendment 0002 will address Q&A and any further changes to the solicitation or its attachments. The contracting officer is Benjamin DuFour.
    This document is an amendment to Solicitation Number 36C77022R0008 issued by the Department of Veterans Affairs, NCO 15 Contracting Ofc - CMOP. The key purpose of this amendment, Amendment 0002, is to extend the proposal closing date to January 20, 2023, at 2:00 PM CST. Additionally, it revises Attachment 7 (Past Performance) and completely replaces Section E, Addendum to FAR 52.212-1 (Instructions to Offerors) and Section E, Addendum to FAR 52.212-2 (Evaluation). The amendment details instructions for proposal submission, including electronic submission to Jennifer.jordan4@va.gov, and outlines requirements for a site visit at the Tucson CMOP facility on December 15, 2022. It also specifies the four required proposal volumes: General, Technical Capability, Past Performance, and Price, along with their respective content and page limits. The evaluation criteria prioritize Technical Capability and Past Performance equally, with both being significantly more important than Price.
    This government document, an Amendment of Solicitation/Modification of Contract (Standard Form 30), pertains to solicitation number 36C77022R0008 issued by the Department of Veterans Affairs, NCO 15 Contracting Ofc - CMOP in Leavenworth, KS. The primary purpose of this amendment, effective December 6, 2022, is to suspend the current proposal due date of January 20, 2022. The suspension will remain in effect until the Government issues a subsequent amendment that addresses remaining questions and establishes a new proposal due date. This indicates a temporary halt in the solicitation process to allow for further clarification and updates before offers are officially accepted.
    This document is Amendment 0004 to Solicitation Number 36C77022R0008, issued by the Department of Veterans Affairs, NCO 15 Contracting Ofc - CMOP. Its primary purpose is to modify the original solicitation by extending the proposal due date to February 3, 2023, at 2 PM CST. Additionally, the amendment publishes Questions and Answers and revises several attachments: Attachment 1 – PWS, Attachment 2 – PRS, Attachment 4 – Wage Determination (2015-5473 Rev 19), and Attachment 5 – Staff Matrix. It also includes new attachments: Attachment 9 – Business Associate Agreement, Attachment 10 – Tucson Site Visit Attendees, and Attachment 11 – Tucson Questions and Answers. This amendment ensures all offerors have updated information and sufficient time to submit their proposals for the contract.
    The Department of Veterans Affairs (VA) is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Pharmacist, Pharmacy Technician, and Shipper/Packer services for its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. This solicitation, Amendment 0005 to 36C77022R0008, extends the offer receipt deadline to July 23, 2024, at 2 PM CST. The contract will have five one-year ordering periods with a guaranteed minimum of $2,000,000 and a maximum of $250,000,000. It is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with specific subcontracting limitations. The document outlines contract clauses, administration data, and a detailed price/cost schedule for various positions and shifts, including overtime.
    The Department of Veterans Affairs (VA), NCO 15 Contracting Office – CMOP, has issued Amendment/Modification 0006 to Solicitation Number 36C77022R0008. This amendment, dated December 6, 2022, officially suspends the current proposal due date of July 23, 2024. The new proposal due date will be established in a future amendment, which will also address outstanding questions from offerors. This action ensures that all inquiries are resolved before a new deadline is set, allowing offerors to submit comprehensive and informed proposals.
    This document is Amendment 0007 to Solicitation 36C77022R0008, issued by the Department of Veterans Affairs, NCO 15 Contracting Ofc - CMOP. Its primary purpose is to extend the proposal closing date to December 18, 2025, at 10:00 AM CST. The amendment also updates several attachments, including the Performance Work Statement (PWS r3), Performance Requirements Summary (PRS r2), Wage Determination (WD 2015-5473), and adds a Solicitation Questions' Responses and Staff Matrix. Key revisions include updating the small business size standard for NAICS 561210 to $47 million and requiring updated Subcontractor Consent Letters. Proposals must now include a complete resubmission of all four volumes (General, Technical Capability, Past Performance, and Price), with all changes clearly identified. The document provides detailed instructions for proposal submission, format, and content for each volume, emphasizing experience, program management, transition plans, and past performance.
    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 pertains to a federal solicitation by the Department of Veterans Affairs (VA) for an Indefinite Quantity Contract specifically established for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This solicitation is set to provide services, including pharmacist/pharmacist technicians and shippers/packers for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP), with a total award amount of $41.5 million. The contract period spans from April 1, 2023, to March 31, 2028, divided into five ordering periods. The contract guarantees a minimum value of $4 million while allowing maximum obligations up to $150 million. Key elements include a notice that all contracted services must be rendered predominantly by VIP-listed SDVOSBs, ensuring compliance with limitations on subcontracting and a mechanism for administrative reviews to maintain compliance with the stipulated requirements. The document emphasizes registration in the System for Award Management (SAM) for eligibility, outlines various relevant clauses from the Federal Acquisition Regulation (FAR) and VA-specific guidelines, and mandates adherence to federal labor laws. Through this solicitation, the VA seeks to ensure that services are provided in accordance with the specified standards while also promoting business opportunities for veteran-owned enterprises.
    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.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs NCO 15 Contracting Office, specifically for the proposal concerning the procurement of services or goods under solicitation number 36C77022R0008. The purpose of the amendment is to inform all offerors that the deadline for submitting proposals has been extended to January 13, 2023, at 2:00 PM CST. Furthermore, it mentions that a subsequent amendment (Amendment 0002) will be issued, which will include questions and answers along with any alterations to the original solicitation or its attachments. The document serves to ensure all potential bidders are adequately informed about changes to the timeline for submissions, maintaining transparency in the procurement process. The amendment outlines procedural details for acknowledgment of the amendment, specifically how offers must be revised and submitted in light of these changes. It maintains the integrity of the original solicitation while providing necessary updates to support a fair bidding process.
    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 solicitation issued by the Department of Veterans Affairs for procurement of services, specifically related to staffing pharmacists and pharmacy technicians. The amendment extends the submission deadline for proposals to January 20, 2023, at 2:00 PM CST, and includes revisions to related sections on performance and evaluation criteria. The proposal must include four volumes: General, Technical Capability, Past Performance, and Price, each with specific content and formatting requirements. Technical evaluation will focus on experience, program management, and transition plans, while past performance will assess relevant contract work within the last three years. Price will also be evaluated for reasonableness. The document emphasizes the equal importance of technical capabilities and past performance, which together outweigh the factor of price. Overall, the amendment reflects the government's intent to ensure comprehensive evaluation of proposals to meet their staffing needs effectively and efficiently.
    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.
    The document is an amendment related to a solicitation issued by the Department of Veterans Affairs (VA), specifically by the NCO 15 Contracting Office. The amendment indicates a suspension of the current due date for proposals, originally set for January 20, 2022, until the government addresses outstanding questions from bidders. A new due date will be established once the response is provided. The amendment is officially issued and requires acknowledgment from all offerors to prevent rejection of their proposals. Emphasis is placed on the procedural aspects of acknowledging the amendment to maintain compliance with the solicitation process. The document serves to clarify administrative changes and ensure that all interested parties are duly informed of the current status of the bidding process for the solicitation referenced.
    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 is an amendment to a solicitation issued by the Department of Veterans Affairs (VA) under the NCO 15 Contracting Office. The primary purpose of the amendment is to extend the submission deadline for proposals to 2 PM CST on February 3, 2023. Additionally, it includes responses to questions from bidders and various revised attachments that are integral to the solicitation process. Included in the amendment are: a revised Performance Work Statement (PWS), a revised Performance Requirements Summary (PRS), an updated Wage Determination, and a revised Staff Matrix, along with other related documents such as a Business Associate Agreement and information on Tucson Site Visit attendees. By issuing this amendment, the VA aims to ensure that all bidders have current and accurate information to support their proposals. Overall, the document serves to clarify the solicitation terms, provide necessary updates, and ensure compliance with regulatory standards, thereby promoting transparency and fairness in the bidding process.
    The document outlines a federal solicitation by the Department of Veterans Affairs (VA) for services related to Pharmacists, Pharmacy Technicians, and Shippers/Packers for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). It modifies an existing solicitation, extending the proposal submission deadline to 2 PM CST on July 23, 2024. The solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under VA regulations. The request emphasizes compliance with various procurement regulations, detailing the administration structure, the types of services required, and the contractual obligations for potential contractors. The maximum contract amount reaches up to $250 million over five ordering periods, each lasting one year, reflecting the federal commitment to engaging veteran-owned businesses while ensuring service quality. Contractors must be registered in the System for Award Management (SAM) and adhere to the specified labor and operational requirements outlined in the performance work statement. The solicitation incorporates relevant federal clauses, emphasizing ethical conduct, compliance with small business standards, and reporting obligations. This document serves as a critical guide for potential bidders, ensuring they understand the expectations and requirements for successful engagement in federal contracting.
    The document serves as an amendment notification related to a solicitation and contract for the Department of Veterans Affairs, specifically managed by the NCO 15 Contracting Office at Leavenworth, Kansas. The main purpose of the amendment is to inform all offerors/bidders that the proposal due date of July 23, 2024, has been suspended. This suspension will remain in effect until the government issues a subsequent amendment that responds to outstanding questions. The contract details and administrative changes are outlined, ensuring that all other terms and conditions remain unchanged. The amendment suggests an open communication channel for bidders to acknowledge receipt and ensure compliance with the new timelines dictated by the issuing office, reflecting standard procedures in federal contracting processes. This highlights the continuous adjustments within government procurement practices to facilitate clarity and responsiveness to potential contractors.
    The Department of Veterans Affairs (VA) is seeking a contractor to provide Pharmacist, Pharmacy Technician, and Shipper/Packer services for the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. This firm-fixed-price IDIQ contract, with a five-year ordering period from April 2023 to March 2028, has a guaranteed minimum of $4,000,000. The contractor will manage all personnel, including human resources, scheduling, and quality control, ensuring a minimum 97% staffing rate. Key personnel, like Facility Administrators, require specific experience and certifications. All staff must meet stringent qualifications, including licensing, certifications (for pharmacists and certified technicians), and background checks. The VA will provide facilities, some PPE, and mandatory training. The contractor is responsible for timekeeping, additional equipment, and compliance with all VA, federal, and healthcare industry standards, including HIPAA and OIG exclusion list checks. Overtime may be required, and staffing levels are based on historical data but can fluctuate.
    This government file outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for Pharmacist, Pharmacy Technician, and Shipper/Packer services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor will provide non-personal staffing, management, supervision, and labor for prescription processing. The contract is a firm-fixed-price IDIQ with a five-year ordering period (April 1, 2023 – March 31, 2028) and a minimum guarantee of $4,000,000. Key personnel, qualifications, and tasks are detailed, along with government and contractor responsibilities, including adherence to VA policies, HIPAA compliance, and drug screening. The document emphasizes staffing rates, quality assurance, and comprehensive reporting requirements for efficient operation.
    The Department of Veterans Affairs (VA) is seeking a contractor for non-personal staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. This firm-fixed-price IDIQ contract, with an estimated start date of August 1, 2024, and a five-year ordering period, requires staffing for Pharmacists, Pharmacy Technicians (Lead, Certified, and Non-Certified), Shipper/Packers (Lead and standard), and Facility Administrators across two shifts. The contractor must provide all management, supervision, and labor, maintaining a minimum 97% staffing rate. Key responsibilities include human resource management, adherence to VA and Joint Commission standards, and compliance with strict confidentiality, HIPAA, and information security regulations. The contract emphasizes quality control, drug-free workplace policies, and detailed reporting requirements for staffing and production.
    The Department of Veterans Affairs (VA) is soliciting proposals for non-personal staffing services at its Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. This firm-fixed price IDIQ contract, with a minimum guarantee of $4,000,000.00, will span a five-year ordering period starting August 1, 2024. The contractor must provide Pharmacists, Pharmacy Technicians (Certified and Non-Certified), Shipper/Packers, and Facility Administrators for two daily shifts. Key responsibilities include ensuring a minimum 97% staffing rate, maintaining employee qualifications and records, and complying with VA and federal regulations, including HIPAA and drug-free workplace policies. The CMOP processes over 15 million prescriptions annually, supporting all 50 states and US territories. The contractor is responsible for all personnel management, quality control, and adherence to performance standards and reporting requirements.
    This document lists three companies, Best Medical Staffing LLC, HealthRev, LLC, and CW-LTS, LLC, along with their respective addresses. Given the context of government RFPs, federal grants, and state/local RFPs, this file likely serves as a vendor list, a compilation of potential contractors, or an excerpt from a proposal submission detailing involved parties. The primary purpose is to identify and provide contact information for entities that could be involved in government contracts or projects, indicating their operational locations.
    The document outlines questions and government responses related to RFP 36C77022R0008, focusing on staffing, evaluation criteria, and proposal submission. Key clarifications include the contractor's responsibility for electronic timekeeping hardware, PPE provision during health events, and the Facility Administrator's Six Sigma Green Belt or Project Management certification requirement. The government emphasized that this is a non-personal services contract, disclaiming responsibility for contractor employee benefits or union communications. Several amendments were issued to address proposal deadlines, staff matrix corrections, and evaluation criteria, aiming to clarify requirements and ensure fair competition, particularly concerning SDVOSB participation and past performance criteria.
    Attachment 2, titled "Performance Requirements Summary," outlines the performance objectives and standards for the Tucson CMOP Staffing Service. It details key performance indicators across several areas: staffing levels, employee training, timely reporting, and productivity standards for pharmacy technicians, pharmacists, shippers, and packers. The document specifies that a minimum of 97% of positions must be filled per shift, 100% of employees must have current training files, and 100% of reports must be timely. Productivity for pharmacy staff is set at 100% of VA employee standards, while shipper/packer performance is set at 80%. Surveillance methods include 100% inspection of contractor records and visual surveillance of the production floor. The summary also notes that government surveillance is not limited to the outlined objectives and can cover any contractual requirement.
    This document, "Attachment 2 Tucson CMOP Staffing Service Performance Requirements Summary," outlines the performance objectives and standards for a staffing service contract at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). Key performance areas include maintaining a minimum of 97% staffing per shift for each Contract Line Item Number (CLIN), ensuring 100% of employees have current training files, and providing timely reporting as per the performance work statement. Additionally, contract pharmacy technicians and pharmacists must meet 100% of VA employee productivity standards, and Shipper/Packer performance standards are set at 80% based on expected productivity in assigned areas (auto, semi-auto, and manual packing). Surveillance methods include inspection of contractor records and visual observation of the production floor. The government retains the right to conduct compliance surveillance on any contractual requirement beyond those specifically outlined.
    The Tucson CMOP Staffing Service Performance Requirements Summary outlines key performance objectives and standards for a federal government contract. The document specifies minimum compliance thresholds and surveillance methods for various aspects of contractor performance. Key areas include maintaining a minimum of 97% staffing per shift, ensuring 100% of employees have current training files, providing timely reporting, and meeting 100% of VA employee productivity standards for pharmacy technicians and pharmacists. Shipper/packer performance standards are set at 80% based on expected productivity in assigned areas. The government reserves the right to conduct surveillance beyond the outlined objectives to ensure compliance with all contractual requirements.
    Attachment 2, titled "Performance Requirements Summary," outlines the performance objectives and standards for the Tucson CMOP Staffing Service. It details key areas such as filling contracted positions, maintaining current employee training files, timely reporting, and meeting productivity standards for pharmacy technicians, pharmacists, and shipper/packers. The document specifies performance thresholds, including a minimum of 97% for position fulfillment per shift, 100% for training files and reporting, and 100% for pharmacy staff productivity, with an 80% standard for shipper/packer performance. Surveillance methods include inspection of contractor records and visual surveillance of the production floor. The government reserves the right to conduct compliance surveillance beyond the outlined objectives.
    Attachment 3 outlines performance standards for various roles within a pharmacy operation, likely for a government Request for Proposal (RFP) or grant. It details the expected scanning rates per hour for Pharmacists, Pharmacy Technicians, and Shipper/Packers. The document differentiates between a "Trainee" phase (first 30 days) with lower production targets and "Full Production" with higher, sustained output requirements. Specifically, Pharmacists are expected to achieve 311 scans/hour as trainees and 401 scans/hour at full production. Pharmacy Technicians have targets of 137 scans/hour as trainees and 181 scans/hour at full production. Shipper/Packers are expected to reach 106 scans/hour as trainees and 140 scans/hour at full production. These standards provide clear metrics for evaluating personnel efficiency and productivity within the specified roles, ensuring consistent performance levels for the project.
    The document outlines production expectations for various roles, stating standard rates of 150/hour for Shipper/Packer, 181/hour for Pharm Tech, and 401/hour for Pharmacist. For new trainees, initial production rates are lower during the first 30 days but increase after 60 days as experience is gained. Specifically, trainees can expect 106/hr for Packers, 137/hr for Pharm Tech, and 311/hr for Pharmacists in their first month, with rates increasing thereafter.
    The document is a wage determination under the Service Contract Act for Arizona, specifically Pima County, detailing minimum wage rates for various occupations as of July 8, 2025. It outlines two Executive Orders (EO 14026 and EO 13658) that dictate minimum hourly wages of $17.75 and $13.30, respectively, depending on the contract award or renewal date. The file categorizes numerous occupations, from administrative support to technical roles, with corresponding hourly rates. It also specifies fringe benefits, including health & welfare ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special conditions for computer employees and air traffic controllers/weather observers are noted, along with provisions for hazardous pay, uniform allowances, and the conformance process for unlisted job classifications.
    This document, Wage Determination No. 2015-5473 Revision No. 18, issued by the U.S. Department of Labor, outlines prevailing wage rates and fringe benefits for service contracts in Pima County, Arizona. It details minimum wage requirements under Executive Orders 14026 ($15.00/hour) and 13658 ($11.25/hour), varying based on contract award dates and renewals. The document specifies health and welfare benefits ($4.80/hour, or $4.41/hour for EO 13706-covered contracts), vacation accrual (2-4 weeks based on years of service), and eleven paid holidays. It also includes provisions for paid sick leave under EO 13706, hazardous duty differentials (4% or 8%), and uniform allowances. Footnotes clarify exemptions for computer professionals and night/Sunday pay for air traffic controllers and weather observers. The conformance process for unlisted occupations, requiring SF-1444 submission and Wage and Hour Division approval, is also thoroughly described.
    The "Register of Wage Determinations Under the Service Contract Act" outlines current wage rates and fringe benefits for various occupations in Arizona, emphasizing compliance with Executive Orders 14026 and 13658 for contractors. For contracts effective on or after January 30, 2022, the minimum wage is set at $16.20 per hour; for contracts from January 1, 2015, to January 29, 2022, it is $12.15 per hour, with additional benefits mandated. The document also covers paid sick leave requirements and outlines the conformance process for unlisted job classifications under the Service Contract Act.
    This government file, titled "Wage Determination," outlines minimum wage rates and fringe benefit requirements for various occupations in construction and service contracts in Pima County, Arizona. It specifies different wage rates based on the effective date of the contract or its renewal/extension, referencing Executive Orders 13658 and 14026. The document details hourly rates for administrative, clerical, automotive, food preparation, furniture maintenance, general services, health, information technology, and material handling occupations. It also lists specific wage rates for mechanics and maintenance roles, as well as several professional and technical positions. This comprehensive document ensures compliance with federal wage laws for contractors operating in the specified geographic area.
    The VHA Supplemental Contract Requirements outline mandatory COVID-19 protocols for contractor employees at VA facilities. Vaccinated individuals must provide proof, while unvaccinated contractors require a negative FDA-approved COVID-19 test result within three days of entry. This documentation must be maintained by the contractor employee for inspection. The VA will not collect this information, emphasizing adherence to federal privacy laws. All contractors are subject to daily COVID-19 screenings and may be denied entry if they fail screening protocols. Those working off-site but having direct patient contact must self-screen daily. Contractors must immediately notify the Contracting Officer if performance is jeopardized due to denied entry. These requirements also apply to indefinite delivery contracts and task orders issued before the modification, even if performance has commenced.
    The Tucson Solicitation Amendment provides responses to questions regarding RFP 36C77022R0008 0005, clarifying instructions for submitting Past Performance Questionnaires (PPQs) and proposals. Offerors can list multiple solicitation numbers on a single PPQ. The government will consider proposals from all offerors who submit according to the amendment. Labor categories not listed in the pricing schedule will not be utilized, and estimated hours in the price schedule are not guaranteed. All unit prices must be fully burdened, covering costs like workers' compensation. The government will award a single indefinite-delivery indefinite-quantity (IDIQ) contract and will evaluate proposals in accordance with Addendum to 52.212-2. Contractors are responsible for onboarding and credentialing costs. The document also addresses minor corrections to the Price/Cost Schedule and PRS references, and confirms that a phase-out CLIN is not applicable. The anticipated award date is currently unknown. The amendment further clarifies occupational health requirements and VA employee standards for productivity.
    The provided document is a blank template, outlining sections for 'Document', 'Page #', 'Reference/Section', and 'Question'. It appears to be designed for structuring inquiries or extracting specific information from a larger government file, potentially within the context of federal government RFPs, federal grants, or state and local RFPs. The template itself contains no content and serves solely as a framework for organizing questions related to a document.
    The Tucson CMOP Pricing Table outlines labor categories and estimated annual hours for a range of positions, including pharmacists, pharmacy technicians (certified, non-certified, and lead), shippers/packers, and a facility administrator. The table details regular and overtime hours for both day and night shifts across these roles. While estimated annual hours are provided for each labor category, the document explicitly shows no monetary values (hourly rates or burdened rates) entered for any of the five ordering periods. The primary purpose of this document, likely part of a federal government RFP, is to present a comprehensive breakdown of staffing needs and the associated hours, serving as a foundational component for potential bidders to submit their financial proposals for the specified labor categories over multiple ordering periods.
    The Tucson CMOP Pricing Table outlines hourly rates and associated costs for various labor categories across five ordering periods. Key labor categories include Pharmacist, Pharmacy Technician, Shipper/Packer, and Facility Administrator, with separate rates for standard, night, overtime, and holiday shifts. Notably, many night and holiday shifts, as well as lead positions, show a rate of '0', indicating these may be consolidated into other rates or not applicable. The document details sections for estimated annual hours, overhead, profit, and fully burdened rates for each ordering period, suggesting a comprehensive cost breakdown for a government contract, likely an RFP or grant related to pharmacy operations. The table is structured to allow for a detailed financial analysis of labor costs over time.
    This government file outlines staffing requirements for the Dept. of Veterans Affairs, VA CMOP Tucson, located at 3675 Britannia Drive, Tucson, AZ 85706. The file details various roles including Pharmacists, Pharmacy Technicians, Shipper/Packers, and Facility Administrators, across five ordering periods. Each role has provisions for standard hours, overtime, and night shifts, with corresponding estimated quantities in hours. The contract periods span from February 25, 2026, to February 24, 2031. The document specifies estimated hours for each position and ordering period, indicating a consistent demand for these services over the five years. Unit prices and extended prices are listed as blank, suggesting these are to be determined through the bidding process. The consistent staffing needs over multiple ordering periods indicate a long-term requirement for these services at the VA CMOP Tucson facility.
    Attachment 6, titled “Past Performance,” outlines the instructions for both prime contractors and reference contacts regarding the evaluation of a contractor's past performance for Solicitation Number 36C77022R0008. This solicitation is for Pharmacist/Pharmacy Technician and Shipper/Packer Staffing for the Tucson Consolidated Mail Outpatient Pharmacy Facility. Prime contractors are to complete their information and send the form to their references. Reference contacts, in turn, are to complete detailed performance information, including contract specifics and a rating scale from 0 (Neutral) to 5 (Exceptional) across 18 performance criteria. These criteria cover areas such as management, staffing, problem-solving, responsiveness, and overall cooperation. Reference contacts must also indicate if cure or show cause notices were issued and if they would award another contract to the contractor. The document emphasizes the need for explanations for overall ratings and any negative responses. Completed forms are to be returned to Nicholas Schulte at Nicholas.Schulte1@va.gov.
    Attachment 7 outlines the "Past Performance" evaluation process for the Pharmacist/Pharmacy Technician and Shipper/Packer Staffing solicitation (36C77022R0008) for the Tucson Consolidated Mail Outpatient Pharmacy Facility. Offerors must provide their company information and send the form to reference contacts. Reference contacts, in turn, are instructed to complete a performance evaluation, rating the vendor on a scale of 0 (Neutral) to 5 (Exceptional) across 18 criteria, including staffing, problem-solving, and responsiveness. They must also provide an overall performance rating and explain all ratings in a remarks section. The form asks if cure or show cause notices were issued and if the reference would award another contract to the vendor. The completed form is to be returned to Jennifer Jordan at Jennifer.jordan4@va.gov.
    Attachment 7 – Past Performance is a crucial document for contractors bidding on Solicitation Number 36C77022R0008, which seeks staffing for Pharmacist/Pharmacy Technician and Shipper/Packer roles at the Tucson Consolidated Mail Outpatient Pharmacy Facility. This form serves as a past performance reference for prime contractors. It requires the contractor to fill out their information and then send it to their reference contacts. The reference contacts, typically from government agencies or companies, are instructed to complete the remaining sections, including detailed performance information and an overall rating using a scale of 0 (Neutral) to 5 (Exceptional). The evaluation criteria cover various aspects of contractor performance, such as management, staffing, problem-solving, responsiveness, and cooperation. The form also asks if the contractor received any cure or show cause notices and if the reference would award them another contract. This document is vital for assessing a contractor's past performance and their suitability for future government contracts.
    This Business Associate Agreement between the Department of Veterans Affairs Veterans Health Administration, TUCSON CMOP, and a contracted company establishes requirements for handling Protected Health Information (PHI) under HIPAA and HITECH Acts. The company will provide staffing services (pharmacists, technicians, shipper/packers) to TUCSON CMOP, necessitating the use and disclosure of PHI. The agreement defines key terms like
    The document is a request for reservation form for the 2022 NCO15 CMOP Site Visit Event at the Tucson CMOP (Southwest CMOP) in Tucson, Arizona. This event, scheduled for December 15, 2022, is exclusively for prospective offerors, defined as Service Disabled Veteran Owned Small Business (SDVOSB) vendors experienced in providing staffing services of a similar scope and magnitude as outlined in the solicitation. Attendees are required to choose a primary, secondary, and alternate time slot among 9:00 am, 10:00 am, and 11:00 am local time. The form requests company/organization name, mailing address, phone number, and the names and email addresses of up to two attendees. Completed forms must be submitted to jennifer.jordan4@va.gov with the subject line “Reservation Request – Tucson CMOP Site Visit.” The purpose of this site visit is to provide beneficial information to all parties involved in the prospective solicitation.
    This Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) TUCSON CMOP and a specified company outlines requirements for the use and disclosure of Protected Health Information (PHI) under HIPAA and HITECH Acts. The company will provide staffing services (Pharmacists, Pharmacy Technicians, Shipper/Packers) to TUCSON CMOP, necessitating PHI disclosure. Key terms like "Breach," "Business Associate," and "Covered Entity" are defined. The agreement details the company's obligations, including safeguarding PHI, reporting incidents within 24 hours, providing written reports within ten business days, mitigating harm, and ensuring subcontractors comply with similar restrictions. The company must not use or disclose PHI outside permitted terms, must comply with minimum necessary policies, and can de-identify PHI under specific conditions. Additionally, the company is responsible for making PHI available for individual requests (access, amendment, accounting) and must return or destroy all PHI upon contract termination. The VA TUCSON CMOP agrees not to request impermissible PHI uses and to notify the company of any restrictions or changes in privacy practices. The agreement allows for amendments and termination under various conditions, emphasizing compliance and accountability for PHI protection.
    The document outlines a Request for Proposal (RFP) for staffing services at the Department of Veterans Affairs' Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor is required to supply Pharmacists, Pharmacy Technicians, and Shipper/Packer services for managing the processing of over 15 million prescriptions annually. The contract period extends over five years, beginning from the estimated award date of August 1, 2024. The document includes detailed staffing requirements, operational hours, personnel responsibilities, and performance standards. Key personnel roles, such as Facility Administrators and Pharmacy Technicians, necessitate specific qualifications, including licensure and certification. The contractor is responsible for maintaining a minimum staffing level of 97% and must adhere to various regulatory frameworks, including HIPAA for patient data security. Additionally, the contractor must provide a robust quality control program, timely reporting of staffing metrics, and ensure compliance with safety and operational protocols as set forth by the VA. The document emphasizes the importance of maintaining a wholly qualified workforce that meets VA regulations, thereby ensuring high-quality pharmaceutical services for veterans.
    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 document outlines a Request for Proposal (RFP) for staffing services at the Department of Veterans Affairs' Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor is required to provide pharmacists, pharmacy technicians, and shipper/packer services to support the processing of over 15 million prescriptions annually. The contract is set for five years, from April 1, 2023, to March 31, 2028, with a firm-fixed price structure. Key staffing requirements include 6-13 full-time equivalent pharmacists and numerous certified and non-certified pharmacy technicians, maintaining specific staffing levels across two shifts. The contractor must ensure employees meet qualifications, manage administrative functions, and provide supervision throughout production hours. The RFP specifies adherence to federal regulations, quality assurance processes, and outlines definitions, responsibilities, and qualifications for personnel. It also details the importance of maintaining confidentiality and compliance with HIPAA regulations regarding sensitive patient information. Overall, this document serves as a comprehensive guide for potential contractors to offer their services, ensuring they align with VA standards and operational needs.
    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.
    The government document outlines a Request for Proposal (RFP) for non-personal staffing services at the Department of Veterans Affairs' Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The contractor will provide Pharmacists, Pharmacy Technicians, and Shipper/Packer services to support the CMOP, which processes over 15 million prescriptions annually across multiple states and territories. Staffing requirements vary across shifts, with significant numbers of full-time equivalent employees (FTEEs) specified for each role. The contractor must maintain a staffing level of at least 97% and address any staffing shortages promptly. The contract's term runs from April 1, 2023, to March 31, 2028, with a firm-fixed price and the minimum guarantee of $4 million. Compliance with various regulations, including HIPAA and VA directives, is mandatory. The contractor must provide oversight through a Facility Administrator and ensure quality assurance while adhering to safety and privacy criteria. Moving forward, contractors must report regularly on staffing, production, and any incidents affecting performance. The summary emphasizes the critical nature of fulfilling operational requirements to ensure the efficient operation of the pharmacy and the effective provision of services to veterans, while adhering to government standards and policies.
    - 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 medical staffing companies, including their names and addresses, likely in response to a government request for proposals (RFP) or grant opportunities related to health services. The companies mentioned are Best Medical Staffing LLC located in Sparks, NV; HealthRev, LLC in St. Clair Shores, MI; and CW-LTS, LLC in Leesburg, VA. The presence of these companies indicates potential providers for federal or state healthcare staffing contracts, reflecting the government's initiative to enhance healthcare services through collaboration with private firms. The concise presentation of the companies serves to facilitate future engagements and evaluations for proposals in health-related sectors, emphasizing the government's strategy to streamline the procurement process for such services. Overall, this document supports efforts to improve healthcare staffing through partnerships with experienced providers.
    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 is a Request for Proposal (RFP) from the VA seeking contractors for staffing needs related to pharmacy operations at the Tucson CMOP. The RFP specifies requirements for the hiring and placement of pharmacists, pharmacy technicians, and unskilled labor (shippers/packers), citing a minimum staffing level of 70 full-time equivalents (FTE). It covers proposal submission instructions, past performance evaluations, and clarifies necessary qualifications and certifications, including Six Sigma certification for Facility Administrators. The evaluation process emphasizes technical capabilities, past performance, and staffing plans, detailing expectations for compliance with VA's unique credentialing processes. The document raises concerns about overly restrictive requirements, such as geographical limitations and minimum FTE numbers, which could favor incumbent contractors. It suggests electronic proposal submission methods to enhance participation and decrease resource demands, especially during holiday periods and pandemic-related challenges. Overall, this RFP is structured to ensure quality staffing while adhering to federal guidelines and optimizing the competitive bidding environment, reflecting the government's commitment to equitable and efficient contracting processes in support of healthcare delivery.
    The Tucson CMOP Staffing Service document outlines performance objectives and standards for contractor compliance in staffing services. It establishes requirements, such as filling at least 97% of contract positions per shift, maintaining up-to-date training files for employees, and adhering to reporting timelines in line with the performance work statement. Additional mandates include pharmacy technicians and pharmacists meeting VA productivity standards and specific performance expectations for shippers and packers based on their assigned duties. Performance thresholds are set at 100% for essential areas, with 80% for shippers/packers based on expected productivity. Surveillance methods for ensuring compliance include periodic inspections of records and visual oversight of production activities. Furthermore, the document emphasizes that government performance surveillance extends beyond outlined objectives, allowing the government to assess any contractual requirements as deemed necessary. This structure lays out a comprehensive approach to monitor and ensure contractor effectiveness in fulfilling staffing requirements, aligning with broader protocols under federal RFPs and grants, ultimately focusing on quality service delivery and compliance with VA standards.
    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 specific performance objectives and standards for a contract related to staffing services. Key requirements include maintaining a minimum of 97% of positions filled per shift, ensuring all employees have current training files, and adhering to timely reporting as specified in the performance work statement. The document details performance thresholds, with the expectation of 100% compliance for employee training and reporting, and 80% for shipper/packer productivity standards. Surveillance methods for monitoring compliance include periodic inspections of contractor records and visual assessments on the production floor. Furthermore, the government reserves the right to oversee compliance beyond the specified objectives. This summary highlights crucial performance expectations aimed at ensuring effective staffing and operational standards within the contracted services.
    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 outlines performance objectives and standards related to contractor operations. Key performance objectives include filling a minimum of 97% of positions per shift, maintaining current training files for all employees, and ensuring timely reporting as specified in the performance work statement. Surveillance of contractor performance involves 100% inspections of contractor records and visual surveillance of the production floor. Additionally, productivity standards for pharmacy technicians and pharmacists are set at 100%, while shipper/packer productivity is established at 80%. The document emphasizes that the government reserves the right to conduct compliance surveillance beyond the specified performance objectives, highlighting the importance of oversight in ensuring contractor adherence to contractual requirements. The focus reflects typical expectations in federal RFPs regarding staffing accountability and performance monitoring.
    The document outlines production expectations per hour for various roles: Shipper/Packer (150), Pharm Tech (181), and Pharmacist (401). It also specifies reduced production rates for new trainees during their first 30 days and after 60 days, with a gradual increase in output for each role.
    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 the performance standards for various personnel involved in a federal project related to scanning operations. It specifies expected scanning rates for four different roles: Pharmacists, Pharmacy Technicians, Shippers/Packers, and Trainees during their initial training period. Each role has defined scanning rates, both during the initial 30 days of training and full production, indicating a clear increase in productivity expectations. The Performance Standards aim to establish benchmarks for efficiency and assist in evaluating the performance of personnel involved in this project. This information is essential for aligning workforce capabilities with operational requirements in the context of government RFPs, federal grants, and state or local funding sources.
    The file consists of numerous federal and state solicitations and grants related to various projects, highlighting their main objectives, timelines, and compliance requirements. Specifically, it details government requests for proposals (RFPs) concerning infrastructure improvements, technical services, and community development initiatives. Key points include anticipated outcomes such as enhancements to existing physical systems and environmental safety measures. The submissions must adhere to strict regulatory frameworks to ensure successful project execution and public safety. Additionally, certain proposals highlight the integration of sustainable practices and community engagement strategies as vital elements. The document's broad structure suggests a comprehensive approach to funding opportunities, with detailed criteria for eligible applicants and mandated reporting protocols. Overall, it underscores the government's commitment to social welfare, sustainability, and infrastructural advancement through careful project planning and execution in various sectors.
    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 outlines the wage determination under the Service Contract Act (SCA) for federal contracts, specifically Wage Determination No. 2015-5473, revision No. 18, as of September 1, 2022, applicable to the State of Arizona, particularly Pima County. It establishes minimum wage rates, emphasizing that contractors must comply with Executive Orders 14026 and 13658 regarding wage rates of $15.00 and $11.25 per hour, respectively, depending on contract dates. The document categorizes occupations and their corresponding wage rates, highlighting fringe benefits such as health, welfare, vacation, and holidays. It also details requirements for paid sick leave as mandated by Executive Order 13706 for contracts awarded post-2017. Specific guidelines for unlisted job classifications and the conformance process are described, ensuring fair wage practices for all employees under federal contracts. The comprehensive structure supports contractors in understanding their legal obligations, promoting compliance with federal employment standards in service 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 and stipulates minimum wage rates based on the contract award date and relevant executive orders, with the current rate set at $16.20 per hour for contracts entered into after January 30, 2022. It also details various occupational classifications and their corresponding wage rates, and emphasizes employee benefits such as health, welfare, vacation, and holiday pay. Additionally, it provides guidelines for contractors regarding sick leave, uniform allowances, and the process for requesting additional classifications and wage rates for unlisted occupations.
    The document outlines a federal request for proposals (RFPs) focused on enhancing support for local communities through various federal grants. The primary purpose is to solicit applications from qualified organizations to implement programs addressing community needs, particularly in areas like education, health services, and economic development. Key elements include eligibility requirements for applicants, funding limitations, and comprehensive guidelines for proposal submissions. The document emphasizes the importance of demonstrating measurable outcomes and sustainability of the proposed initiatives. It also highlights federal priorities such as promoting equity and inclusion, as well as fostering partnerships with local governments and community stakeholders. Additionally, evaluation criteria for selecting proposals are presented, including the potential for impact and alignments with federal goals. This RFP serves as a vital mechanism for distributing federal funds to initiatives that directly benefit communities, ensuring that diverse groups have access to resources for development. By outlining the application process and funding expectations, the document aims to facilitate efficient participation from a broad range of organizations dedicated to serving their local populations.
    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 outline mandatory compliance for contractor employees working in VA facilities. Contractors must provide proof of full vaccination or recent negative COVID-19 test results upon entry. Acceptable vaccination documentation includes a signed immunization record or CDC vaccination card. If unvaccinated, tests must be FDA-approved and dated within three days before entry. Contractor employees must maintain this documentation throughout their presence at VA locations, which is subject to inspection by authorized personnel. They will also undergo daily COVID-19 screenings and should notify relevant authorities if denied access affects contract performance. This directive emphasizes adherence to federal health information privacy laws. The document applies to indefinite delivery contracts, ensuring compliance with these requirements for ongoing tasks or delivery orders.
    The document outlines the process for evaluating the past performance of a contractor relating to staffing services for the Tucson Consolidated Mail Outpatient Pharmacy, tied to Solicitation Number 36C77022R0008. Contractors are instructed to complete the contractor information section and collect reference evaluations regarding their performance. References must detail their experiences with the contractor, including contact information, contract specifics, and a performance rating on a scale from 0 (Neutral) to 5 (Exceptional). The evaluation covers various criteria, such as personnel management, problem-solving abilities, contractual responsiveness, and the contractor's ability to maintain staffing levels. The references are also asked whether they would award another contract to the contractor and to clarify if any issues arose during the contract term. The overall purpose of this document is to ensure a rigorous evaluation process for bids in compliance with federal and state RFP standards, ultimately seeking to confirm the contractor's qualifications and reliability in providing requested services. This mechanism helps maintain a high standard of performance for federally funded projects.
    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 the rates and categories of labor concerning pharmacy operations. It specifies hourly rates for various positions, including Pharmacist, Pharmacy Technician, and Shipper/Packer, along with their respective overtime and holiday rates. Significant discrepancies appear in the overtime and holiday pay for the different roles, with many categories having a zero rate. For instance, Pharmacists have a standard rate of $39.52, while Pharmacy Technicians and Shipper/Packers each earn $187.20 per hour, accentuating the disparity in compensation. The document lacks detailed estimations for annual hours, overhead, and profit margins, suggesting a need for further clarification regarding financial projections across multiple ordering periods. As a part of government RFPs, this pricing table is essential for evaluating funding proposals and ensuring competitive pricing in procurement processes. It aims to establish transparent compensation structures that align with federal and local government standards for labor in pharmaceutical contexts.
    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 proposed labor costs associated with pharmacy services. It lists various positions, including Pharmacist, Certified Pharmacy Technician, Non-Certified Pharmacy Technician, Pharmacy Technician Lead, and Shipper/Packer, detailing their associated salaries and overtime rates. The total estimated cost for the provided services amounts to $463,910. The document highlights compensation for regular hours and overtime, differentiating between daytime and night shifts for specific roles. For example, a Certified Pharmacy Technician earns $16,640 for regular hours, with an overtime rate of $750. The Shipper/Packer positions amount to a total of $93,600 for regular hours and similar overtime considerations. The file emphasizes the structured pricing for different ordering periods, though specific financial figures for those periods are left blank. This pricing table serves as a foundational element for government RFPs related to pharmacy services, indicating anticipated labor costs necessary for budgetary considerations within federal grants and local proposals. Its detailed breakdown will aid in evaluating the financial requirements for potential partnerships or contractual agreements in the public sector.
    The Business Associate Agreement (BAA) between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Tucson CMOP, and <Company/Organization> outlines the terms governing the use and disclosure of Protected Health Information (PHI) in compliance with HIPAA and HITECH regulations. The agreement details the scope of services, which include staffing for pharmacists, pharmacy technicians, and shipper/packers, thereby requiring the disclosure of PHI by Tucson CMOP to the <Company/Organization>. Key elements include the definition of terms such as “Breach” and “Business Associate,” obligations of both parties, and conditions surrounding the use of PHI. Business Associate must safeguard PHI, report any security incidents promptly, and mitigate any harm from unauthorized disclosures. It highlights the conditions for potential termination of the agreement, ownership of PHI, and review procedures every two years to maintain compliance. The BAA emphasizes the legal framework surrounding PHI protection, aiming to enhance cooperation between the VA and its business partners while ensuring compliance with federal standards. This agreement is crucial within the context of government RFPs and grants, establishing a structure for partnerships that prioritize data privacy and security in veterans' healthcare services.
    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 a prime contractor submitting a proposal for the U.S. Department of Veterans Affairs (VA) to provide pharmacist/pharmacy technician and shipper/packer staffing for the Tucson Consolidated Mail Outpatient Pharmacy Facility. It requires the contractor to complete a CONTRACTOR INFORMATION section and to solicit detailed feedback from past performance references. The references must evaluate the contractor’s performance on a scale of 0 (neutral) to 5 (exceptional) across several criteria, including staffing capabilities, problem resolution, responsiveness to contract changes, and overall performance. A key purpose of the document is to gather evaluations that inform the proposal's credibility, emphasizing the importance of previous experience in similar contracts. Ultimately, this feedback assists the VA in assessing the contractor’s qualifications and reliability for a critical healthcare staffing position, ensuring effective service delivery to veterans. The structured format allows for comprehensive and quantitative evaluations, which are essential for the competitive assessment inherent in government contracting processes.
    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.
    The document outlines the instructions for offerors to provide past performance references for a specific contract with the Tucson Consolidated Mail Outpatient Pharmacy Facility. It requires the inclusion of contact details for the evaluating entity and facilitates the collection of performance evaluations by designated references. The primary focus is on staffing requirements for pharmacists, pharmacy technicians, and shipper/packer roles. The reference contacts are instructed to assess the performance of the contractor against a rating scale from 0 (Neutral) to 5 (Exceptional), alongside criteria such as the contractor's ability to meet staffing needs, manage problems, and maintain quality control. Additional inquiries include whether the contractor received any notices under the contract and if future business would be awarded to them. Overall, the file emphasizes the importance of assessing past performance as a key element in evaluating contractor qualifications for federal government contracts. This structured evaluation process serves to ensure accountability and the selection of reliable vendors for federal projects.
    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".
    The document outlines a request for reservation for the 2022 NCO15 CMOP Site Visit Event at the Tucson CMOP, specifically geared towards prospective offerors. The event is designated for Service Disabled Veteran Owned Small Business (SDVOSB) vendors who have relevant staffing experience. Interested parties must select preferred times for attendance on December 15, 2022, and provide their company details, attendee names, and contact information. The completed reservation form is to be submitted via email, with specific instructions regarding the subject line. This site visit aims to facilitate interaction between the government and potential service providers, enhancing opportunities for participation in federal contracting initiatives.
    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.
    This Business Associate Agreement between the Department of Veterans Affairs (VA) Veterans Health Administration (VHA), Tucson CMOP, and <Company/Organization> outlines the terms for the handling of Protected Health Information (PHI) in compliance with HIPAA and HITECH acts. The agreement details the scope of services provided by <Company/Organization>, specifically staff support for pharmacists, pharmacy technicians, and shippers/packers, necessitating the exchange of PHI. Key definitions clarify the roles of "Business Associate," "Covered Entity," and other relevant terms. Central provisions include the ownership and proper use of PHI, the obligations of both parties to protect PHI, and notification protocols for breaches or incidents. The Business Associate must implement safeguards, consult with the VA for any PHI uses, and report incidents promptly. The agreement also highlights the return or destruction of PHI upon termination of services, ensuring compliance with federal laws. Designed to ensure the confidentiality and security of sensitive health information, the agreement emphasizes mutual responsibility between the VA and the Business Associate in managing and safeguarding PHI throughout the contractual relationship.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NATIONAL OPERATIONAL/MAILING SUPPLIES
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to supply operational and mailing supplies for seven Consolidated Mail Outpatient Pharmacy (CMOP) locations across the United States. This procurement includes a variety of essential items such as resealable bags, corrugated boxes, durable poly mailers, and child-resistant medical pouches, all of which must meet stringent specifications for safety and compliance with postal regulations. The contract aims to standardize purchasing processes, ensure fair pricing, and maintain high-quality service for the delivery of Veteran prescriptions. Interested vendors should contact Kelly L Mann at kelly.mann@va.gov or Larry Zaritz at larry.zaritz@va.gov, with a guaranteed minimum award of $50,000 and a maximum aggregate value of $49 million per contract. Proposals must be submitted by the specified deadlines, and vendors are required to be registered in SAM.gov.
    Tucson CMOP Shipping Box/Coolers
    Buyer not available
    The Department of Veterans Affairs is seeking suppliers for shipping boxes and coolers to support the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, Arizona. The procurement aims to secure insulated containers capable of maintaining a Mean Kinetic Temperature (MKT) at or below 45 degrees Fahrenheit for at least 48 hours, ensuring the safe mailing of temperature-sensitive pharmaceuticals to Veteran patients. This opportunity is critical for maintaining the integrity of prescription deliveries, with a requirement for 143,242 units to be delivered daily, accommodating emergency orders and fluctuations in workload. Interested vendors must respond to the Sources Sought Notice by emailing Jennifer L. Knight at jennifer.knight@va.gov by November 20, 2025, at 10:00 AM Central Time, as this notice is part of market research and does not constitute a solicitation for proposals.
    6505--LANSOPRAZOLE
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Lansoprazole, a pharmaceutical product, for the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). This procurement is justified as a sole source requirement, indicating that Lansoprazole is essential for the pharmacy's operations and patient care. The drug falls under the category of drugs and biologicals, highlighting its critical role in treating various medical conditions. Interested vendors can reach out to Contract Specialist Brigitte Kidder at Brigitte.Kidder@va.gov or by phone at 913-946-0150 for further details regarding this opportunity.
    Q517--FY26: VISN 8 Pharmacy Emergent First Fill Prescription Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8 (NCO 8), is seeking qualified contractors to provide Emergent First Fill Prescription Services for VA beneficiaries within VISN 8, which includes locations in Florida and Puerto Rico. The procurement involves a Firm Fixed Indefinite Delivery Indefinite Quantity contract, covering a base period plus four option years, to deliver 24/7 pharmaceutical benefits management services, including filling new prescriptions and adhering to a specific emergency medication formulary. This service is crucial for ensuring timely access to medications for veterans in emergency situations, with strict requirements for confidentiality and compliance. Quotes are due by December 30, 2025, at 10:00 AM EST, and interested parties should direct inquiries to Contracting Officer Colleen Houser at colleen.houser@va.gov or by phone at 727-201-6880.
    Q517--36C249-26-AP-0130 - VISN - Annual Wall-to-Wall Pharmacy Inventory
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 9, is seeking proposals for Annual Wall-to-Wall Pharmacy Inventory services across various VA Medical Centers within VISN 09. The procurement aims to secure contractor support for the physical counting of both controlled and non-controlled pharmacy drugs, ensuring reconciliation with automated systems and compliance with VA, DEA, and FDA regulations. This service is critical for maintaining accurate inventory records and ensuring the proper management of pharmaceutical supplies within the VA healthcare system. Interested parties, particularly Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), should note that the solicitation is anticipated to be issued on December 8, 2025, with responses due by December 15, 2025, and the contract award expected on December 17, 2025. For further inquiries, contact Mario Russell at mario.russell@va.gov.
    R602--Courier Service VISN 22 East Sites
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide courier services for its VISN 22 East Sites, which include multiple locations across Arizona. The procurement aims to secure timely and secure transportation of medical supplies, biological specimens, pharmaceuticals, and dental instruments, with services required to be available 24/7/365 for urgent needs. This opportunity is critical for maintaining the operational efficiency of VA medical centers and outpatient clinics, ensuring compliance with health regulations and the safe handling of sensitive materials. Interested parties must submit their responses, including company information and capability statements, by December 10, 2025, at 10:00 a.m. PST, via email to Clift Domen at Clift.Domen@va.gov.
    Chelmsford & Tucson CMOP - MED/SURG Supplies One Touch-Test Strips, Tandem Infsuion sets 1001680 & 1001729 and Hollister Cath Set #96144
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide specific medical-surgical supplies, including One Touch Verio test strips, Tandem infusion sets (part numbers 1001680 and 1001729), and Hollister Cath Set 96144, for its Consolidated Mail Outpatient Pharmacy (CMOP) facilities located in Chelmsford and Tucson. The procurement is focused on sourcing brand name products only, with strict adherence to quality standards and delivery requirements, including tracking information and compliance with FDA regulations. These supplies are critical for the effective management of patient care within the VA system. Interested vendors must submit their capability statements and relevant company information to Jennifer Knight at jennifer.knight@va.gov by December 9, 2025, at 2:00 PM CT, as this notice serves solely for market research purposes and does not obligate the VA to issue a solicitation.
    Y1EZ--762-24-700 | Construct EHRM Infrastructure Upgrades | Tucson, AZ CMOP
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking potential sources for the construction of Electronic Health Records Management (EHRM) infrastructure upgrades at the Consolidated Mail Outpatient Pharmacy (CMOP) in Tucson, AZ. The project entails a complete upgrade of the EHRM infrastructure, requiring contractors to provide all necessary labor, materials, tools, and expertise to meet the specified construction requirements. This initiative is critical for enhancing the VA's healthcare delivery capabilities and ensuring efficient management of electronic health records. Interested contractors must submit their capability statements by December 12, 2025, detailing their qualifications and relevant past performance, with the project valued between $5 million and $10 million and a planned solicitation release in early to mid-January 2026. For further inquiries, contact Amy Graham at amy.graham@va.gov or (216) 447-8321.
    6505--Zonisamide Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a Request for Proposal (RFP) for the unrestricted procurement of Zonisamide Capsules, which will serve various federal entities including the Department of Defense (DoD), Bureau of Prisons (BOP), Indian Health Service (IHS), and Federal Health Care Center (FHCC). The contract will be awarded to a single offeror capable of providing an uninterrupted supply of the specified medications, with a contract period of one year and four optional one-year extensions. The procurement is critical for ensuring the availability of these pharmaceutical products, which are essential for patient care within the VA and other federal health facilities. Interested parties should monitor SAM.gov for the solicitation, expected to be issued around December 15, 2025, with a closing date of December 30, 2025, and may direct inquiries to Chris Carthron at Christopher.Carthron@va.gov.
    6505--Dimethyl Fumarate Capsules
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking offers for the procurement of Dimethyl Fumarate Capsules (120MG and 240MG delayed-release) through solicitation 36E79726R0003. This contract aims to establish a reliable supply source for these pharmaceutical products to support VA, Department of Defense (DoD), Indian Health Service (IHS), and Bureau of Prisons (BOP) facilities, with a contract structure that includes a one-year base ordering period and four one-year options. The products are critical for treating specific medical conditions, and offerors must comply with stringent requirements, including FDA regulations, Drug Supply Chain Security Act (DSCSA) compliance, and the provision of unique National Drug Codes (NDCs). The deadline for submitting offers has been extended to December 9, 2025, at 2:30 PM CST, and interested parties can contact Contract Specialist Kenneth Lay at Kenneth.Lay@va.gov for further information.