Montana Bids > Bid Detail

Crow Service Unit Reverse Distribution Services Sources Sought

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159510237159376
Posted Date: Feb 29, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/34bc9b746c...
Follow
Crow Service Unit Reverse Distribution Services Sources Sought
Active
Contract Opportunity
Notice ID
75H709-CR24Q-005
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
BILLINGS AREA INDIAN HEALTH SVC
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)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 29, 2024 10:38 am MST
  • Original Response Date: Mar 07, 2024 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: F108 - ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION
  • NAICS Code:
    • 562112 - Hazardous Waste Collection
  • Place of Performance:
    Crow Agency , MT 59022
    USA
Description

Services needed include but are not limited to the following:



Crow Service Unit (CSU) is a PHS Indian Health Center that provides healthcare service to the Crow Indian Reservation, located in southeastern Montana. CSU consists of three (3) clinics, one in Crow Agency, MT, one in Pryor, MT, and one in Lodge Grass, MT. Each clinic has a pharmacy. Crow Service Unit pharmacies require all expired medication be segregated, removed, disposed or reverse distributed by a licensed reverse distributor in accordance to all applicable local, county, state, and federal regulations pertaining to expired medication removal and reverse distribution.



The Contractor shall provide services for the following:




  1. Crow/Northern Cheyenne Hospital Pharmacy, Crow Agency, MT



10110 South, 7650 East, Crow Agency, Mt. 59022




  1. Pryor Clinic Health Station Pharmacy, 2 Pryor Gap Rd, Pryor, MT 59066

  2. IHS Pharmacy, Lodge Grass Health Clinic, Lodge Grass, MT 59050



REQUIREMENTS INCLUDE:




  1. Specialize in all reverse distribution regulatory and legal compliance to include DEA controlled substance compliance.

  2. Onsite inventorying of controlled and non-controlled substances for reverse distribution.

  3. Assist with controlled substance reconciliation.

  4. Sorting medications.

  5. Adhere to appropriate handling standards of hazardous medications.

  6. Allow redistribution credit to go back to the Prime Vendor.

  7. Packaging per shipping requirements.

  8. If needed, disposal of medications in accordance with Federal Regulations.



SPECIFIC TASKS:



IDENTIFICATION & SEGREGATION






    1. Inventory all items deemed Controlled Substance by DEA.

    2. Reconcile controlled substances

    3. Segregate hazardous medications as needed per regulation





PACKAGING






    1. Pack items into their shipping containers.

    2. Director of Pharmacy Services or designee will sign the finalized inventory.





TRANSPORTATION/REVERSE DISTRIBUTION/DISPOSAL






    1. Ship or transport medications to appropriate redistribution location(s) for redistribution or disposal in accordance to all applicable local, county, state, and federal regulations pertaining to medication reverse distribution or disposal.





CREDIT






    1. As authorized, the Service Unit, ideally through the Prime Vendor, will be credited the resulted value of reverse distributed medications after standard fees are subtracted.





INSTRUCTIONS TO INDUSTRY



ISBEEs are highly encouraged to respond to this notice. However, firms must also understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. To be considered a capable source, responses must directly demonstrate the company’s capability, experience, and ability to provide services as shown below.



Your Response Shall Include, but not limited to:




  • Number of years of experience in providing medication removal and reverse distribution.

  • List of past jobs/contracts in providing medication removal and reverse distribution.

  • The abilities your company possesses in providing medication removal and reverse distribution.

  • Demonstrate how your company meets the definition for Indian Economic Enterprise (IEE) in consideration to this requirement:

    • How, as the prime IEE, will your company receive at least 51% of the earnings from the awarded contract, or together with the subcontractor if the same category, receive a combined 51% of the earnings from the contract

    • How, as the prime IEE or together with the subcontractor if the same category, will management and daily operations be controlled by one or more individuals who are Indians.





Failure to address these items in your capability statement could exclude your firm from being determined a capable ISBEE source.



If you are interested in this contracting opportunity, please respond by email to henrietta.whiteman@ihs.gov@ihs.gov no later than 7 days from the date of the sources sought announcement.



Interested parties shall submit the capability response as instructed above and include a copy of the Buy Indian Act Indian Economic Enterprise Representation Form. It is recommended to include the sources sought ID in the subject line.



Sources Sought ID: SS-75H709-CR24Q-005 Responses received to this notice will assist in determining the acquisition strategy of the requirement.




Attachments/Links
Contact Information
Contracting Office Address
  • 2900 FOURTH AVE. NORTH - PO BOX 366
  • BILLINGS , MT 59107
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 29, 2024 10:38 am MSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >