Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOURCES SOUGHT

R -- ** Sources Sought ** | VHA VISN 10 Pharmacy - Wall-to-Wall Inventory

Notice Date
7/2/2025 9:21:04 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0699
 
Response Due
7/23/2025 10:30:00 AM
 
Archive Date
09/21/2025
 
Point of Contact
Josh Kovar, Contracting Officer
 
E-Mail Address
Joshua.Kovar@VA.gov
(Joshua.Kovar@VA.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice, and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP), and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Interested parties are asked to submit a capability statement that clearly and convincingly identifies their ability to fulfill the requirements and answers to questions 1-5 below. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Network Contracting Office (NCO-10) is seeking to identify Service-Disabled Veteran Owner Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) to perform the following services: Scope: This requirement is for an annual wall-to-wall inventory required per VHA Directive 1761 for each of the pharmacies within VHA VISN 10. VHA Locations: 12 Medical Centers or Ambulatory Care Centers in Ohio, Indiana and Michigan 10 inpatient and outpatient Community Clinics and/or facilities that provide medication to veteran patients. These locations are also in Ohio, Kentucky, Michigan, and Indiana. Vendor shall provide inventory for each location between 01 JAN and 28 FEB each year. Inventory is considered to be all drugs and supplies stored in pharmacy. Estimated number of items varies depending on location from between 300 and 4050 items scanned per inventory. Contractor shall be bonded and insured Contractor shall work with the Pharmaceutical Prime Vendor (PPV), McKesson Pharmaceutical to obtain reporting with pricing information from the previous 12 months. VA will provide pricing information for items not purchased via PPV program. Contractor shall supply all equipment necessary to complete the inventory (i.e., scanners, computers and software). Inventory shall be completed the day the inventory starts for each location Contractor shall perform random audits for each area to confirm accuracy of the counts. Contractor shall provide Microsoft Excel spreadsheet for each location within 7 business days of inventory with the following elements. generic name (name and strength i.e., ibuprofen 800 mg) package description (ml, bottle, tablet) NDC or UPC/UPN total quantity current package price total replacement cost per item total replacement cost of all items The wall-to-wall inventory will include the following items. Inventory of drugs and supplies inside the pharmacy, satellites, and clinics. Inventory stored at outpatient clinics to be counted only when the site has a separate McKesson account number, has a pharmacist on site, and receives deliveries directly. All products purchased from the pharmaceutical prime vendor (McKesson), including supplies that can be dispensed directly to the patient. Direct buy drugs and medications that are dispensed directly to the patient (i.e., catheters, diapers, etc.) only when the total value in stock in the pharmacy is greater than $50. All unit dose medication packaged in the manufacturer s original container. Partial/Opened bottles of medication (e.g., capsules, tablets, liquid), other than what is used for compounding. The count must be estimated to the nearest tenth (10th) of a bottle based upon original quantity by the contractor. Drugs stored in automated equipment in the pharmacy. The count of these may be estimated to the nearest 10th. Most unit dose packaging equipment and outpatient dispensing robots have reports that can be printed and use to key inventory numbers into the inventory device/scanner. Intravenous solutions as specified by the Pharmacy Service. The count of controlled substances will be provided by Pharmacy Service for inclusion in the required reports. The vendor is not expected to physically enter the vault and count the items on-hand. The wall-to-wall inventory will not include the following items. Items that are not to be counted will not be included in the required reports unless other specified. Medications that have left the pharmacy and are stored on wards and/or units. Partial bottles of intravenous medications, creams, and ointments. Items not packaged in manufacturer s original container. Items in the Emergency Pharmaceutical Cache. Consumables that are not dispensed to Veterans such as vials/bottles, labels, mailing bags etc. Direct buy products with an on-hand value less than $50 Research medications. The Government requests that interested parties: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. Submit a statement of capability outlining their firm s capabilities related to this requirement. Capabilities statement shall provide a detailed overview and qualifications to perform the requirement, including past experience with projects similar in scope. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each Firm s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (name, title, address, telephone number, and email) SAM UEI Number Business Size (Small or Large based upon annual revenues and/or employee size) NAICS Code GSA Contract Number (If applicable) Any other pertinent information Answer below questions 1-5: Failure to provide a capabilities statement and answers to the questions below may result in your response being excluded in the Governments market research and potential set-aside considerations. QUESTION #1: Is your firm interested in providing a fair and reasonable quote for this requirement? Yes / No (choose one) QUESTION #2: Does your firm have the ability to provide services for this requirement as outlined above? Yes / No (choose one) QUESTION #3: Is your firm an SBA Certified SDVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. QUESTION #4: Is your firm an SBA Certified EDWOSB, WOSB, HUB, 8a, SDV? Please provide any additional certifications regarding the socio-economic status of your company including, WOSB, EDWOSB, HUB, 8a, Small Disadvantage Business, Small Business, etc. QUESTION #5: Does your firm have the ability to perform this contract while complying with the Limitations on Subcontracting rules per FAR 52.219-14, 13 CFR 125.6 or VAAR 852.219-75 (if set aside for SDVOSB/VOSB concerns)? If so, please briefly explain how your firm will accomplish this, include any potential teaming arrangements or subcontractors. To Note: The CO shall conduct periodic checks with the vendor to ensure that Limitations on Subcontracting compliance is maintained during the period of performance if this requirement is set-aside for any small business entities. In accordance with 13 CFR ยง 125.6(g), Whoever violates the requirements set forth in paragraph (a) of this section shall be subject to the penalties prescribed in 15 U.S.C. 645(d), except that the fine shall be treated as the greater of $500,000 or the dollar amount spent, in excess of permitted levels, by the entity on subcontractors. A party's failure to comply with the spirit and intent of a subcontract with a similarly situated entity may be considered a basis for debarment on the grounds, including but not limited to, that the parties have violated the terms of a government contract or subcontract pursuant to far 9.406-2(b)(1)(i) (48 CFR 9.406-2(b)(1)(i)). The applicable NAICS code for this requirement is NAICS 561990 All Other Support Services with a Small Business Size Standard $16.5 Million. The Product Service Code is R706 - Logistics Support Services. For informational purposes only, Wage Determinations apply to this requirement: All businesses are encouraged to respond; however, each respondent must clearly identify their business size and socio-economic category(s) in their capabilities statement. This Sources Sought is only for the purpose of identifying potential sources as part of market research. No Request for Proposal (RFP), Quote (RFQ), or Invitation for Bid (IFB) exists. Responses to this Sources Sought are not quotes, proposals, or bids on which the VA can issue any contract. This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought. Responses will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought; the VA will not pay for information received in response. Do not submit pricing information in response to this Sources Sought. Failure to provide a capabilities statement and answers to the questions above may result in your response being excluded in the Governments market research and potential set-aside considerations. Detailed capabilities statement and answers to questions 1-5 must be submitted by email to Contracting Officer Josh Kovar at Joshua.Kovar@VA.gov in an electronic format (email), no later than 1:30 PM EST on 7/23/2025. Responses email subject line shall be the following: 36C25025Q0669 - (Vendor/Firm Name). All submissions must be in either Word or Adobe PDF format and shall not exceed 10 pages total.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd550082156b4f009ba7501c117788e2/view)
 
Place of Performance
Address: VHA VISN 10 Pharmacy Multiple Locations within VISN 10 Including Indiana, Kentucky, Ohio, and Michigan, USA
Country: USA
 
Record
SN07497995-F 20250704/250702230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.