Skip to main content

An official website of the United States government

You have 2 new alerts

Prescription-fill services

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 28, 2025 02:51 pm EST
  • Original Response Date: Feb 07, 2025 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 22, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Q517 - PHARMACY SERVICES
  • NAICS Code:
    • 456110 - Pharmacies and Drug Retailers
  • Place of Performance:
    MO 65201
    USA

Description

The Contractor will provide prescription-fill services to eligible veteran beneficiaries assigned to the Harry S. Truman Memorial Veterans’ Hospital’s (HSTMVH) seven community-based outpatient clinics (CBOCs) and its Home Based Primary Care (HBPC) program.  Services will also be required for patients at any and all new future CBOC locations and for new HBPC patients within the HSTMVH primary service area.  Services required include filling prescriptions, dispensing prescriptions, and counseling patients on all controlled and non-controlled prescriptions written by VA providers.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

DISCLAIMER

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e).

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 456110. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The following VAAR policies and clauses will be applicable to this requirement if an SDVOSB/VOSB entity is interested and qualified in this requirement:

limitations on subcontracting requirements set forth in 15 U.S.C. § 657s and in VAAR 852.219-10 and 852.219-11);

852.219-77, VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction



The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following:

 


 

It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the brand name.

If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?


Is your company considered small under the NAICS code identified under this RFI?



Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?



If you’re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?



Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.





Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW.



Please provide your SAM UEI number.


Responses to this notice shall be submitted via email to Steve Parrott at Stephen.Parrott@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, Feb 07, 2025 at 1000 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Contact Information

Contracting Office Address

  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 28, 2025 02:51 pm ESTSources Sought (Original)