Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
DOCUMENT

54 -- West Roxbury VAMC - Modular Pharmacy Lease - Attachment

Notice Date
2/27/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO1 - VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
36C24118Q9112
 
Response Due
3/16/2018
 
Archive Date
6/23/2018
 
Point of Contact
Julie A. Lemire
 
E-Mail Address
Lemire@VA.GOV<br
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. NCO 1 Contracting is seeking interested sources for a future solicitation and procurement. At this time, no solicitation exists. BACKGROUND: The Boston VA Healthcare System has a requirement for the Lease of a Modular Clean Room Suite at the West Roxbury VAMC, West Roxbury Ma, 02132 The VA currently has a USP 797 clean room suite that is out of operation due to repeated failures regarding environmental monitoring and certification. This lease will fit out current space to accept a modular clean room suite that meets all current USP 797-800 requirements. 2) Lease term: The VA Boston Healthcare System will be funding the lease cost of the unit, plus the service contract with the lessor for a minimum of 60 months, with the ability to purchase the equipment at the end of term. Lease shall commence upon acceptance of terms. Lease-service period may only be extended with written authorization from the contracting officer. 3) Technical requirements: Offeror shall be able to provide a complete turnkey product including all design, installation, administration, employee training, weekly cleaning, environmental monitoring, certification and technical support. Offer shall act as a single point of contact for any and all issues related to the modular clean room. Subcontracting services for cleaning, certification, environmental monitoring and training is not permitted. 4) Engineering and Design 4) Clean room requirements: The modular clean room suite shall be located at the VA Boston Healthcare System, West Roxbury campus, 1400 VFW parkway, West Roxbury ma 02132. The suite will consist of approx. 680 sq. ft. iso-7 sterile cleanroom suite. This lease consists of various architectural, structural, and mechanical, HVAC, controls and low voltage wiring, electric power wiring, lighting, sprinkler, and plumbing work to create four new cleanroom spaces in the space adjoining the existing pharmacy operation. Offeror shall facilitate and coordinate the efforts of all of the trades involved during buildout, including electrical, mechanical, plumbing, sprinkler. It shall be the responsibility of the offeror to provide the VA Boston Healthcare System with the products and services and associated quantities to meet the requirements of the lease. The Clean Room Suite Shall Include The Following Architectural Requirements And Specifications: Offeror shall furnish and install on existing sub-floor new 3 aluminum clad, powder coat finish modular wall panels to create the cleanroom suite. Wall panels shall consist of 3" EPS core with smooth white painted, aluminum facings with chemical resistant finish on all exposed surfaces. Wall panels shall have internal structural support as required for suspended ceiling loads. Offeror shall provide structural engineering for the new cleanroom ceiling support. Offeror shall furnish and install nine (9) door units 36'w x 84"h. Doors shall be full glass/aluminum storefront-type with neoprene seals, drop down door bottoms, hands-free auto closers, and hardware. Glazing for the doors shall be ¼" clear tempered glass. Offeror shall furnish and install three (3) emergency exit signs. Offeror shall outfit wall system with seven (7) 36'w x 30" double flush windows. Glazing shall be 3/16" clear tempered glass. Window frames shall be flush mount framed with no interior ledge. Offeror shall furnish and install a steel joist system supported from the cleanroom walls as necessary to support the additional weight of the new cleanroom ceiling and miscellaneous mechanical and electrical components. Offeror shall furnish and install a 2" insulated panel ceiling over the hazardous suite to create a sealed negative pressure plenum above the suite. Offeror shall furnish and install a USG 1 1/2" wire supported gasketed cleanroom grid system. Offeror shall furnish and install new vinyl faced gypsum blank ceiling tiles with all edges sealed. Offeror shall furnish and install nine (9) new HEPA fan filter modules in the clean room suite. Offeror shall furnish and install nine (9) all new HEPA filters with CTS test ports, to allow for repeatable PAO filter challenge testing as required per MBOP and USP 797. Offeror shall furnish and install nine (9) new sealed cleanroom 2'x4' 132w four lamp cleanroom grade light fixtures serving all suites. Offeror shall furnish and install five (5) emergency battery powered fixtures in the above light fixtures. Offeror shall furnish and install epoxy coated aluminum low wall return air chases with grilles and dampers for maintaining room pressurization control. Offeror shall furnish and install four (4) 2'x2'x2' polypropylene materials pass thru. Each pass thru shall incorporate interlocking clear vision doors. Offeror shall furnish and install approx. 35 (35) recessed electrical boxes with electrical raceways imbedded into wall panels. Boxes can be used for convenience receptacles, light switches, fire alarm devices, data, phone, exit signs, and emergency lights as required. Electrical boxes shall be outfitted with noted devices and prewired to junction box for final circuit wiring to client provided circuit(s). Offeror shall furnish and install a sheet vinyl finish floor with welded seams and 4" integral flash cove inside the both cleanroom suites. Offeror shall furnish and install a sheet vinyl finish floor with welded seams and 4" surface applied vinyl cove base inside the product prep area. Offeror shall furnish and install a door control, pressure and T&H control monitoring system. Offeror shall furnish and install four (4) cleanroom sinks with eyewash station attached at the faucet. Offeror shall provide and install all trim and accessories to provide a finished j ob. Offeror shall rough clean the area prior to cleanroom sanitization. Offeror shall provide all clean room furniture, including PEC s as agreed upon with client. The clean room suite shall include the following mechanical requirements and specifications: Offeror shall provide and install two (2) electric cooling and heating DX package systems for multiple temp/RH zones in each suite to control at 68F ± 1 F and 35-55%. Offeror shall provide two 18" high roof curb Offeror shall provide and install two direct drive exhaust fans with redundant fail-safe feature. Offeror shall provide a detailed equipment schedule and an electrical circuit diagram defining the power requirements of all mechanical equipment. Offeror shall provide 5 year full labor warranty and 5 year manufacturer's compressor-only warranty on refrigeration units. Offeror shall provide two (2) electric steam humidifiers with 5 micron sediment water filter, dew point control, and auto quench. Offeror shall provide two (2) high temp condensate pumps to a suitable drain within 20ft. Offeror shall provide and install sheet metal ductwork, hangers, insulation, and specialties as required. Offeror shall provide two (2) electric duct heaters with airflow and over temp safeties. Offeror shall provide six (6) airflow monitoring stations and associated DP sensors for duct CFM measurement and air flow control. Offeror shall provide and install one duct smoke detector in the system to safely shut down HVAC equipment in case of smoke. Offeror shall provide and place two (2) NuAire Nu 201-530 5 horizontal laminar flow cabinets, four (4) Nuaire NU 425-400 4 foot Class II A2 biological safety cabinets. Offeror shall provide startup, functional air balance, documentation, O&M manuals, and up to four hours training for Client and Client's HVAC service technician. The Clean Room Suite shall include the following UL Compliant Door Interlock system Offeror shall furnish and install an interlock system in both airlocks. Door system shall be factory integrated into the cleanroom wall/door system. The door interlock system shall consist of the following hardware: Eight (8) Magnetic Locks (1 per door). LED lamp indicators on each side of the doors (Green -Go/Red - Stop). Eight (8) Emergency Exit Push Buttons (Magnetic release) at each door. The Clean Room Suite shall include the following Controls Controls shall be fully compatible with TRANE Tracer ES Building Management system Offeror shall provide and install a digital programmable control system for fully automatic operation of equipment. System shall include control panel, sensors, actuators, VFD and control wiring, alarm lamp and horn with horn defeat, startup, and training. Control panel shall be outfitted with a touch panel PC. Control panel shall be a UL508A approved assembly. Control system shall manage the cleanroom mechanical package providing all staging and capacity control. System shall actively monitor equipment for proper operation and alarm upon mechanical failure or degraded operation. Offeror shall provide and install two (2) VFD to control the air handler supply fan speed. VFD's shall be outfitted with line and load reactors; VFD assemblies shall be UL508A approved panels. The Clean Room Suite shall include the following UL Compliant Environmental Alarm Monitoring System (EAM) Offeror shall furnish and install room differential pressure sensors with LCD displays at each cleanroom doorway. Sensors shall support NIST calibration certification. Offeror shall furnish and install four (4) relative humidity sensors. Sensors shall support NIST calibration certification. Offeror shall furnish and install four (4) zone temperature sensors. Sensors shall support NIST calibration certification. Offeror shall furnish and install two water detectors at the condensate pump location. Offeror shall furnish a graphical interface resident on control panel PC. This interface shall display current room status and set points, and shall allow adjustment of set points and mode function by Client. Client shall be able to view all DP, temperature, and %RH readings and set points for each room on the control panel display screen. Data shall be presented in an X, Y graphical chart format. The graphical chart shall allow the client to review the data in real time and historical mode. The environmental alarm monitoring system (EAM) shall support real time display and electronic historical record keeping. The PC base program shall be set as an Excel file, allowing review of the system from any designated PC's on the client's network. The system shall support alarm notification to the client. System shall employ economy mode/night setback, time clock, and holiday scheduling routines for operating cost savings. The system shall be programmed on 7 day, 24 hour schedule so the room set points can change and selected mechanical system components can cycle back or off automatically during off hours, holidays, and weekends. The EAM system will be integrated into the base HVAC controls (TRANE TRACER ES). 5) Sterilization/Certification Perform USP required certification testing including certification of primary engineering controls, HEPA filter integrity testing, ISO 14644-1 testing, differential pressure surveys, and airflows including air change per hour calculations. Perform monthly viable environmental monitoring of the certified spaces as required by USP utilizing dual media methodology. Sampling plan will contain 24 volumetric (impaction) air sampling sites and 26 surface sampling sites. Additionally, samples for informational purposes will be taken in the unclassified space outside of the cleanroom. Prior to performing viable environmental monitoring: Provide all labor and materials needed to perform a Vaporized Hydrogen Peroxide-Peracetic Acid (VHP-PAA) decontamination of the cleanroom space, and then annually thereafter. All work will be performed per AST SOP D11-VHPDS. This SOP shall be provided to the Client and the scope of worked agreed upon before the commencement of any work. Biological Indicators (BI's) will be placed throughout the Clean Room in areas agreed upon by offeror and the Client, prior to the start of the VHP-PM fumigation. All BI's shall be collected after the decontamination and sent to the laboratory for analysis. A minimum 4 log reduction of the BI's is guaranteed, or the process shall be repeated at offerors expense. A written report of findings shall be provided to the Client after all laboratory results are obtained. 6) Training Although the service of the units will be covered under the lease with lessor, the lessor shall provide training to staff as follows: Training for pharmacy staff on the operation and use of all utility systems including electrical power and lighting, HVAC, and communications. Training for pharmacy staff on the operation of all equipment provided Training for pharmacy staff on all safety measures particular to the modular clean room suite including fire sprinkler system and evacuation plans. The contractor shall provide technical training relating to emergency servicing and routine servicing to engineering staff and support staff as follows: Operation and use of all utilities systems extensions/connections including electrical power, medical gas, lighting, and communications. O&M instructions to VA Boston Healthcare System engineering staff to perform emergency servicing of the modular clean room suite. The Contractor Shall Provide A Minimum Of 40 Hours Of Combined Training To The Pharmacy/Engineering Staff. The Division Of The 40 Hours Will Be Mutually Agreed Upon Between The Contractor And VA Boston Healthcare System 7) Service, Operation and Maintenance (O&M): O&M And Repair Service Shall Be Provided As Required To Maintain The Complete Installation In Full Operating Order And Compliance With All Codes. Contractor Shall Provide Routine Preventive Maintenance In Accordance With The Manufacturer s Maintenance Schedule As Well As Repairs/Unscheduled Maintenance Of The Contractor Furnished Modular Clean Room suite, Accessories, Equipment, And Other Items And Equipment Furnished By The Contractor. The Cost For This Service Shall Be Included In The Lease For These Items. VA Boston Healthcare System Will Provide The Following Operations And Maintenance Functions: (1) Electrical Power (2) Water/ plumbing Supply (3) Computer, Telephone, Fire Alarm Service, Except That The Expense To Remedy Defects In The Installation Or In The Equipment Furnished Or Installed By The Contractor Shall Be Charged To The Contractor. (4) Housekeeping (5) Trash Removal 8) Codes And Standards: Contractor Shall Comply With The Requirements Of The Following Codes And Standards. Codes And Standards Are Available From The Governing Code Writing Body. The Code Shall Be The Most Recent One Available. Uniform Federal Accessibility Standards (Ufas) Ibc-06, International Building Code Ipc-06, International Plumbing Code Ifgc-06, International Fuel Gas Code Nfpa 70, National Electrical Code (Nec) Nfpa 72, Fire Alarm Code Nfpa 99, Health Care Facilities Nfpa 101, Life Safety Code, (Lsc). Fgi Facilities Guidelines Institute (Formerly Aia) Guidelines For Design And Construction Of Health Care Facilities, The Joint Commission On Accreditation Of Healthcare Originations (The Joint Commission) Standards Are To Be Met Or Exceeded. The VA Boston Healthcare System Standards Shall Be Met. OBJECTIVES: VISN 1 Healthcare System is looking for small business concerns, especially Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) contractors that can provide the requested Modular Clean Room Suite for the VA Healthcare System at the West Roxbury VAMC. The current primary NAICS code is 339113 (Surgical Appliance and Supply Manufacturing), which has a size standard of 750 Employees. SUBMITTAL INFORMATION: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response as detailed below. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill the requirements above. Interested parties shall furnish the following minimum information: 1. Company name and address ensure your company is registered in the System for Award Management (SAM) at www.sam.gov. 2. Company point of contact name, telephone number, and email address. 3. Evidence that you are a small business (if applicable): Small Business ensure you are listed as small business in SAM, reps and certifications. Provide the NAICS codes you are listed as a small business under. SDVOSB or VOSB (or in the process of certification) ensure you are certified in the veteran database at www.vetbiz.gov. Provide evidence of certification. 4. If your company holds a Federal Supply Schedule (FSS) Contract, list the Contract Number and SINs. 5. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described above. 6. Past Experience: Brief summary of the company history relative to similar requirements. Response may provide information on a maximum of three similar projects for which the responder was a prime or subcontractor. It is requested that the above information be provided no later than March 19, 2018 at 3:00PM EST. Responses should be emailed to the contracting specialist at Julie.Lemire@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/36C24118Q9112/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q9112 36C24118Q9112.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111994&FileName=36C24118Q9112-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111994&FileName=36C24118Q9112-000.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: West Roxbury VAMC;1400 VFW Parkway;West Roxbury, MA
Zip Code: 02132-4927
 
Record
SN04836693-W 20180301/180227231718-11500729aa4e9707af5e02e422e3b0a6 (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.