Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2014 FBO #4457
DOCUMENT

S -- Pharmacy Clean Room Cleaning, Garment Rental and Environmental Monitoring - Attachment

Notice Date
2/4/2014
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24114Q0204
 
Response Due
2/11/2014
 
Archive Date
4/12/2014
 
Point of Contact
david.heslin@va.gov
 
E-Mail Address
Contracting Officer
(david.heslin@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PHARMACY CLEANROOM CLEANING, RELATED GARMENT RENTAL AND ENVIRONMENTAL MONITORING SERVICES FOR VACT West Haven Campus. THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. However, all small business owners are encouraged to respond. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 has a requirement for a Contractor to furnish all necessary equipment, garb, labor, materials, to include tools and apparatus, equipment, transportation, supervision, permits and disposal necessary to perform the following: Preliminary - Specifications/Work Statement 1.0 Contractor shall provide all necessary materials and services to successfully support the VA Connecticut Healthcare Pharmaceutical Compounding USP 797 at VAMC West Haven campus. All services shall be performed in accordance with the terms and conditions in compliance with the statement of work. 2.0 The company must be regularly established in the business, the company must be able to provide primary services under the condition of scope of work, in the judgment of the Contracting Officer, are financially responsible, and show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to render prompt, detailed service in according with USP Chapter, and satisfactory standards. The Contractor shall be licensed by the State or local health authority in those localities where license are required. 3.0 The company must furnish a copy of state certification to perform said service contracted. All chemical (MSDS) or control substance used to perform service must be submitted and filed with the appropriate agency under this contract. Certification shall mean a current certificate of competency in compliance with industry standards including ASTM E 2042 and USP 797. Company servicemen must certify for Ante Rooms (ISO 7/8). Supervisors shall be fully certified and knowledgeable of the location and work site to performed USP sterile cleaning. On each visit the contractor shall report to the Contracting Officer's Representative (COR). 4.0 The Contractor shall conform to all Federal, State, Health Authority and local regulations governing the servicing and compliance USP Chapter 797 and use of approved chemicals and equipment. 5.0 The Contractor will provide services under contract: Rental or Lease Program for Cleanroom Garments which includes at minimum; ESD Coverall w/Zip front knit cuff (100 ea), ESD Hypalon Sole Boot (100 ea),Sterile ESD Sleeves (300 pairs), Microfiber Cleanroom Mop Head, Cleanroom Processed (80 ea).Provide replacement of dirty Garment (laundry) as an established rotation at cost. Any Garment ancillary services such as: sewing on buttons, zipper repairs, general sewing and mending of fear wear and tear of garment use damaged must be made clear and reasonable at cost if any. Cleanroom Cleaning Services must comply with industry standards ASTM E 2042 and USP Chapter 797. Cleaning would be performed in Ante Room (ISO 7/8), Buffer Room (ISO 7), and Chemo Room (ISO 7).Task of these space at minimum performed under contract on a monthly service are: Empty & wash all trash receptacles, replace liners, & move to designated areas walls. Mop and Sanitize ceilings, walls, and floors w/ a rotation of Vesphene (phenolic disinfectant specifically for use on hard, non-porous surfaces) & LPH using Cleanroom microfiber mopping system. Clean and sanitize designated surfaces including benches, carts, and hoods w/IPA and Cleanroom wipes. Clean all doors, glass and interior/exterior of equipment. Clean and sanitize all shelves and bins w/IPA and Cleanroom wipes. Every Quarter Cleaning of Ceilings, Walls, and Floors are cleaned w/Spor -Klenz. All tasks are to be cleaned by trained personnel using company's equipment and supplies. Company will mix all chemicals fresh on site, utilize a monthly cleaning Log book kept on sight. Cleaning will clean all bins containing non-critical solutions and supplies. Any bins containing chemo or prescription drugs will be cleaned by VACT employees. 6.0 Contractor would provide Environmental Monitoring services data with random monthly testing of at minimum (4) Cleanroom Areas and (4) Biological Safety Cabinets. Quote must consist: On site testing, Calibrated equipment, Laboratory Services, EM samples, Report w/sample location maps, Trained technicians, EM service cost must be conducted monthly and one price per service with no additional charge to VA. 7.0 Contractor to provide VA w/ Consumable Products and restock per agreed schedule Tacky Mats, Bouffant Caps (21' & 24' white), Beard Covers, Poly/Cellulose Wipes, Alphas saturated Wipes, Tyvek Coveralls (X large, large, medium). 8.0 Contractor would provide an annual Cleanroom Training Seminar for up to 15 VA employees Minimum 1 hour lecture and presentation, w/study material, aseptic gowning presentation, question and answer session, w/test and certification. This cost would cover a 12 month certification. 9.0 A. Contractor will maintain appropriate Workers Compensation insurance coverage for all of its employees who may visit the VACT premises. The Contractor must use appropriate PPE while on premises. B. Contractor will select and designate all personnel to perform its obligations under this agreement. C. Company guarantees to deliver quality service and products. 10.0 A. Garment rental charge includes weekly or a monthly service, processing, pick-up, delivery, inventory management and standard stocking. 11.0 A. The Contractor agrees to furnish all equipment, tools and supporting material necessary for the performance of its duties. Agreement is based on normal working hours (Monday-Friday). Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required to submit a response under this sources sought synopsis. The intent of the project is to award a Firm Fixed Price Contract. The NAICS Code is 561720 and the size standard is $16.5 Million. The term of the Contract may be a Base Year with four (4) one (1) year options to extend. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Registration may be accomplished at http://www.vClip.vetbiz.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to technical capability of performance for requirements to include references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) (4) include socio-economic status to identify business as being an SDVOSB, VOSB, SB, Woman Owned, etc. and (5) any other pertinent company documentation. The response date to this Sources Sought notice is February 11, 2014 at 1300 EST. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via david.heslin@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24114Q0204/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-14-Q-0204 VA241-14-Q-0204.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1191160&FileName=VA241-14-Q-0204-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1191160&FileName=VA241-14-Q-0204-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;VAMC West Haven;950 Campbell Ave;West Haven, CT
Zip Code: 06516-2770
 
Record
SN03281027-W 20140206/140204235614-44721904df5f4021a70cf81dff00b722 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.