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
  1. 1
    Posted Dec 6, 2022, 7:18 PM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Jun 30, 2025, 7:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for staffing services at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer services to support the processing of over 15 million prescriptions annually, with a minimum staffing level of 70 full-time equivalents (FTE) across various shifts. This procurement is critical for ensuring effective healthcare delivery to veterans, emphasizing compliance with federal regulations, including HIPAA, and maintaining high operational standards. 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 or Christy Pendlay at Christy.Pendlay@va.gov.

Point(s) of Contact
Nicholas L. SchulteContract Specialist
nicholas.schulte1@va.gov
Files
Title
Posted
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
- 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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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.
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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".
Mar 26, 2025, 8:05 PM UTC
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.
Mar 26, 2024, 4:39 PM UTC
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
Q517--Staffing Service for Murfreesboro CMOP
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for staffing services at the Murfreesboro Consolidated Mail Outpatient Pharmacy (CMOP) in Tennessee. The contract requires the provision of pharmacists, pharmacy technicians, and shipper/packer personnel to support operations that process over 15 million prescriptions annually, ensuring compliance with VA guidelines and operational standards. This initiative is crucial for maintaining efficient pharmaceutical services for veterans, reflecting the government's commitment to high-quality healthcare delivery. Interested contractors must submit their proposals by the revised deadline of July 30, 2024, with a minimum contract value of $5 million and a maximum of $300 million over the contract period, which spans from April 1, 2023, to March 31, 2028. For further inquiries, potential bidders can contact Nicholas L. Schulte at nicholas.schulte1@va.gov or Christy Pendlay at Christy.Pendlay@va.gov.
Q517--Staffing Service MbM
Buyer not available
The Department of Veterans Affairs is seeking proposals for staffing services under the Meds by Mail (MbM) program, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement aims to provide licensed pharmacists and certified pharmacy technicians to support prescription processing at facilities located in Georgia, Wyoming, and Tennessee, with an anticipated increase in workload over the next five years. This contract is crucial for ensuring efficient pharmaceutical services to veterans, with a total contract value of up to $100 million and a minimum guarantee of $2 million across five ordering periods. Interested parties should direct inquiries to Contract Specialist Nicholas L. Schulte at nicholas.schulte1@va.gov, with the proposal submission deadline currently suspended until further notice from the government.
762-302 Construct Emergency Pharmacy Bldg at CMOP Minor Design - Tucson, AZ
Buyer not available
The Department of Veterans Affairs is seeking qualified architect-engineering firms to design and construct an Emergency Pharmacy Building at the Tucson Consolidated Mail Order Pharmacy (CMOP) in Arizona. The project requires comprehensive A-E services to develop construction documents, including design specifications and feasibility studies, with an estimated budget between $10 million and $20 million. This initiative is crucial for enhancing healthcare infrastructure and ensuring efficient pharmacy operations within the VA system. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their SF 330 Architect-Engineer Qualifications packages by May 12, 2025, with the contract award anticipated in August 2025. For further inquiries, contact Kathryn Allison at Kathryn.Allison@va.gov or Jessica Hicks at jessica.hicks1@va.gov.
762_Tucson CMOP - Conveyor Upgrade-Tote Line/Labeling Stations
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to upgrade the conveyor and labeling systems at the Tucson Consolidated Mail Outpatient Pharmacy (CMOP). The project aims to enhance tablet dispensing operations through the installation of new automated vial labelers, plastic chain conveyor systems, an accumulation table for vial pucks, and associated software for batching and weighing. This modernization effort is crucial for improving operational efficiency and accommodating an increasing volume of prescription processing, which currently stands at approximately 80,000 prescriptions daily. Interested contractors are encouraged to submit their capabilities statements by May 14, 2025, and can contact Michael W. McAlhaney at michael.mcalhaney@va.gov or 913-684-0134 for further information.
6505--760-25-1-050-0237 -Leavenworth CMOP OM PHARMACEUTICALS -(VA-25-00028391)
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue a request for proposal (RFP) for the procurement of fourteen specified pharmaceuticals to be delivered to the Leavenworth Consolidated Mail Outpatient Pharmacy (CMOP) facility in Kansas. This opportunity is exclusively set aside for small businesses under the product service code 6505, which pertains to drugs and biologicals, and requires interested vendors to submit a price schedule, a signed SF1449 cover page, valid state wholesale distributor licenses, and a Buy American Act certificate. The procurement is crucial for ensuring that veterans receive timely access to necessary pharmaceuticals, with the estimated RFP issue date set for March 6, 2025, and a response deadline of March 17, 2025. Interested parties should direct their submissions and inquiries to Contracting Officer Kelley Cunningham at kelley.cunningham@va.gov or by phone at 913-684-0140.
National CMOP F0354 FENOFIBRATE (770-25-3-801-0369)
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the procurement of FENOFIBRATE 48MG tablets, intended for delivery to various Consolidated Mail Outpatient Pharmacy (CMOP) locations. This presolicitation notice outlines the requirement for small businesses to provide the specified pharmaceutical product, emphasizing compliance with federal regulations such as the Drug Supply Chain Security Act (DSCSA). The procurement is crucial for maintaining a reliable supply chain of essential medications to support the healthcare needs of veterans. Interested parties must submit their quotes electronically by May 2, 2025, at 4 PM Central Time, and are encouraged to contact Jennifer L Knight at jennifer.knight@va.gov or 913-684-0162 for further information.
6505--Buspirone RFP
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the supply of Buspirone HCL, a pharmaceutical product essential for the healthcare services provided to veterans. The procurement process requires vendors to submit pricing for multiple line items covering a base year and four option years, ensuring compliance with the Drug Supply Chain Security Act and FDA Good Manufacturing Practices. This contract aims to maintain a reliable supply chain for federal healthcare providers, including the VA, Department of Defense, and Indian Health Service, while securing volume-based pricing for the necessary pharmaceuticals. Interested vendors must submit their offers by May 8, 2025, at 2:30 PM CT, and can direct inquiries to Contract Specialist Amber Zavala at amber.zavala@va.gov.
6505--Perphenazine Tablets (VA-25-00037353)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the procurement of Perphenazine tablets under solicitation number VA-25-00037353. This contract aims to ensure a reliable supply of this pharmaceutical product for both the Department of Veterans Affairs and the Department of Defense, with a focus on service-disabled veteran-owned, women-owned, and HUBZone small businesses. The procurement process will adhere to the Drug Supply Chain Security Act and require compliance with FDA regulations, including Good Manufacturing Practices. Interested offerors must submit their proposals by May 1, 2025, at 2:30 PM CDT, and can direct inquiries to Contract Specialist Anthony DiCrescenzo at Anthony.DiCrescenzo@va.gov.
6505--Topiramate Tablets (VA-25-00047941)
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for the supply of Topiramate Tablets, a pharmaceutical product essential for meeting the medication needs of VA facilities and other government agencies. The procurement aims to establish a contract through the VA Pharmaceutical Prime Vendor Program, requiring offerors to submit detailed proposals that include pricing for a base year and four option years, with a 0.5% Cost Recovery Fee incorporated. Compliance with the Drug Supply Chain Security Act (DSCSA), adherence to specific packaging requirements, and maintenance of current Good Manufacturing Practices (cGMP) verified by the FDA are critical components of the contract. Interested parties should contact Contract Specialist Billy Fong at Billy.Fong@va.gov for further details regarding the solicitation.
6505--Carvedilol Tablets (VA-25-00048048)
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the supply of Carvedilol Tablets under solicitation number 36E79725R0028, with an amendment extending the submission deadline to May 1, 2025, at 2:30 PM Central Daylight Time. Offerors are required to provide pricing for various types of Carvedilol Tablets, submit unique National Drug Code (NDC) numbers, and comply with federal regulations, including the Drug Supply Chain Security Act (DSCSA) and FDA manufacturing standards. This procurement is crucial for ensuring a reliable supply of pharmaceuticals to enhance healthcare services for veterans and active duty military personnel. Interested contractors should direct their proposals to the specified VA email addresses and acknowledge receipt of the amendment to remain eligible for consideration.