R702--VISN 10 Pharmacy - Drug Shortages API Feed
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 (Updated)
- Updated Published Date: Mar 15, 2024 04:33 pm EDT
- Original Published Date: Mar 15, 2024 04:28 pm EDT
- Updated Response Date: Mar 20, 2024 01:30 pm EDT
- Original Response Date: Mar 20, 2024 01:30 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: May 19, 2024
- Original Inactive Date: May 19, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R702 - SUPPORT- MANAGEMENT: DATA COLLECTION
- NAICS Code:
- 541513 - Computer Facilities Management Services
- Place of Performance: USA
Description
The Network Contracting Office (NCO-10) is seeking to identify Services Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) vendors to perform the following services, Application Processing Interface for Drug Shortages. This is a Request for Information (RFI) to seek capable sources and request industry feedback ONLY. This notice does not constitute a commitment by the Government. Interested parties are asked to submit capability statement that clearly and convincingly identifies their ability to fulfill the requirements. Industry feedback to the information below is requested to ensure the VA has not created a defacto sole source requirement. The Government may use the responses to this RFI for information and planning purposes. Application Programming Interface (API) that provides current information on drug shortages for products used at VISN 10 Pharmacies and facilities. Drug shortages are a major issue affecting patient care and pharmacy operations. Up to date notification of impeding and current shortages are important for VISN 10 facilities to implement mitigation strategies. Information provided must be provided from a nationally recognized source, monitored, and updated regularly by following up with drug manufacturers. Drugs on shortage or backorder must include National Drug Code (NDC) with the date of shortage. As shortages are resolved, the NDC and resolution date must also be identified and updated. Information on shortages must be able to integrate into the VISN 10 Drug File Power BI Tool. Information to be sent via API and must include information of date of shortage and National Drug Code. A link with information on the impact and reason for the shortage must be provided with the API feed. The API feed will be a one directional. No information will be sent to the Vendor from the VA. The vendor will not have access to VA drug file, usage, pricing, or patient information. The current Electronic Health Record (EHR) that VISN 10 is using is VISTA/CPRS and Oracle Cerner and the API feed will not have access any of those systems. VISN 10 sites will be notified at least once daily when any new, updated or resolved medication shortages information is identified via the API feed. In addition to answering the below questions 1-3, respondents are also requested to provide their capability statement, including company name, address, and point of contact information. Capabilities statement shall provide a detailed overview, experience, and qualifications to perform the requirement. Question #1: Response, are you interested in providing a quote for this requirement? Yes / No (choose one) Question #2: Response: If your firm is a SVOSB and/or VOSB? If so, please provide a copy of VETCERT certification. Please provide current scope of operations and locations of service/capability: Where is your business located and where is your main scope of operations? 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 #3: Response: Does your company have the ability to perform this contract while complying with the Limitations on Subcontracting, if applicable, rules per FAR 52.219-14, 13 CFR 125.6 and VAAR 852.219-75. 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 applicable, if this requirement is set-aside for any small business entities. In accordance with 13 CFR § 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 541513 Computer Facilities Management Services with a Small Business Size Standard of $37.0 Million Dollars. The Product Service Code is R702 Support- Management: Data Collection For informational purposes only, Wage Determinations shall apply to this contract. 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 Request for Information (RFI) 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 Request for Information (RFI) 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 RFI. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Request for Information (RFI). The VA will not pay for information received in response to this Request for Information. Do not submit pricing information in response to this Request for Information. Detailed capabilities statements and answers to questions 1-3 must be submitted by email to Contract Specialist Teri Miller at Teri.Miller@VA.gov in an electronic format, no later than 1:30 PM EST on March 20, 2024. As part of market research, this Request for Information / Sources Sought is to determine if there exists an adequate number of qualified interested contractors capable of providing services for this requirement.
Attachments/Links
Contact Information
Contracting Office Address
- VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
- DAYTON , OH 45428
- USA
Primary Point of Contact
- Joshua Kovar
- Joshua.Kovar@va.gov
Secondary Point of Contact
- Teri Miller
- teri.miller@va.gov
History
- May 19, 2024 11:55 pm EDTSources Sought (Updated)
- Mar 15, 2024 04:28 pm EDTSources Sought (Original)