Federal Bid

Last Updated on 20 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

65--PHARMACIST'S TECH LETTER

Solicitation ID VA24617Q1517
Posted Date 25 Aug 2017 at 1 PM
Archive Date 20 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Veterans Affairs Medical Center
Agency Department Of Veterans Affairs
Location United states
Page 2 of 4 Solicitation Number: VA246-17-Q-1517 Notice Type: Combined Synopsis/Solicitation Synopsis: (I) This is a combined synopsis/solicitation for commercial items in accordance with the procedures in Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This is a request for the access/license agreement to Pharmacist s Letter with CE and Pharmacy Technician s Letter with CE and Live Webinars. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ Number VA246-17-Q-1517. (III) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (IV) This acquisition is set-aside for Veteran Owned Small Businesses. NAICS code 519130. (V) This combined solicitation/synopsis is for purchase of the following commercial items: This is for one base year and two (2) 12 month option years. Base Year: Oct. 1, 2017-Sept. 30, 2018 0001: Pharmacist s Letter with CE (380EA) 0002: Pharmacy Technician s Letter with CE and Live Webinars (180EA) Option Year 1: Oct. 1, 2018-Sept. 30, 2019 1001: Pharmacist s Letter with CE (380EA) 1002: Pharmacy Technician s Letter with CE and Live Webinars (180EA) Option Year 2: Oct. 1, 2019-Sept. 30, 2020 2001: Pharmacist s Letter with CE (380EA) 2002: Pharmacy Technician s Letter with CE and Live Webinars (180EA) (VI) This is for the access/license agreement to Pharmacist s Letter with CE and Pharmacy Technician s Letter with CE and Live Webinars. (VII) Delivery shall be FOB Destination to the following sites: VISN 6 Facilities: Asheville VA Medical Center 1100 Tunnel Rd. Asheville, NC .28805 Durham VA Medical Center 508 Fulton St. Durham, NC 27705 Fayetteville VA Medical Center 2300 Ramsey St. Fayetteville, NC 28301-3856 Greeneville HCC 401 Moye Blvd. Greenville, NC 27834 Salisbury VAMC 1601 Brenner Ave. Salisbury, NC 28144 Hampton V AMC 100 Emancipation Dr. Hampton, VA 23667 Richmond V AMC 1201 Broad Rock Blvd Richmond, VA 23224 Salem VAMC 1970 Roanoke Blvd. Salem, VA 24153 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct, 2015), applies to this acquisition. 52.204-22 Alternative Line Item Proposal 52.209-7 Information Regarding Responsibility Matters (Jul, 2013) 52.216-1 Type of Contract (Apr, 1984) 52.233-2 Service of Protest (Sept, 2006) 852.233-70 Protest Content/Alternative Dispute Resolution (Jan, 2008) (IX) Evaluation - This acquisition will be conducted in accordance with Federal Acquisition Regulation (FAR) 52.212-2, and as supplemented by agency procedures using the Lowest Price Technically Acceptable source selection process. Offers will be initially reviewed for compliance of all terms and conditions required by the solicitation. Offers that comply with all terms of the solicitation will then move forward to the next step as detailed below. Offers that do not comply with all terms and conditions of this solicitation may be rejected for noncompliance. Next, offers shall be ranked according to price. An offeror s proposed price will be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each contract line item to confirm the extended amount for each item. The extended amounts will be added together to determine the total evaluated price. Next, the lowest priced offer shall be evaluated for technical acceptability. Technical acceptability shall be evaluated on a pass/fail basis considering whether the proposed product meets or exceeds the specifications. If the lowest priced offer is determined technically acceptable, that offer represents the best value to the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not determined technically acceptable, the next lowest priced offer will be evaluated for technical acceptability and the process will continue in order by price until an offer is judged technically acceptable. The contractor shall provide a letter from the manufacturer stating they are an authorized distributor for their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul, 2016), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May, 2015), applies to this acquisition. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr, 2014) 52.217-6 Option for Increased Quantity (Mar, 1989) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun, 2016) applies to this acquisition. The following clauses under subparagraph (b) apply: (45) 52.225-1, Buy American Act-Supplies (May, 2014) (41 U.S.C. chapter 83). (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan, 2008) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (Jul, 2016) 852.232-72 Electronic Submission of Payment Requests (Nov, 2012) (XIV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist. Questions must be received no later than 9:00 AM, August 31, 2017. (XV) Quotes are required to be received in the contracting office no later than 9:00 AM EST on September 5, 2017. All quotes must be emailed to the attention of Cole J. Culley, email address is cole.culley @va.gov.
Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Jul 2017 at 4 PM
Location Unknown 03 Sep 2014 at 3 PM
Location Unknown 10 Aug 2015 at 4 PM
Location Unknown 04 Apr 2014 at 6 PM
Location Unknown 20 Aug 2015 at 6 PM

Similar Opportunities

Tunnel New york 15 Jul 2025 at 2 PM
Asheville North carolina 20 Aug 2025 at 4 AM (estimated)
Fayetteville North carolina 10 Jul 2025 at 4 AM (estimated)
Ellsworth air force base South dakota 31 Jul 2025 at 10 PM