Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2018 FBO #5980
DOCUMENT

23 -- Mobile Pharmacy Trailer Rental - Attachment

Notice Date
4/6/2018
 
Notice Type
Attachment
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9289
 
Response Due
4/13/2018
 
Archive Date
5/13/2018
 
Point of Contact
Won Chae
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 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 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 532120 (size standard of $38.5 Millions). 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 Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Mobile Pharmacy Trailer Rental, that at a minimum meets the following salient characteristics/statement of work for the VA Loma Linda Healthcare System (VALLHS): Salient Characteristics Must be mobile Must have standard hookups for (power) and (data) Must contain the following separate zones: workspace/office, hazardous IV prep anteroom, non-hazardous IV prep anteroom, USP 797/USP 800 compliant hazardous IV prep buffer room, USP 797/USP 800 compliant non-hazardous IV prep buffer room. Minimum specifications: Workspace Minimum dimensions: 8 feet wide by 8 feet deep Accommodate up to 2 PC workstation/phone with min 2 (CAT5 min) data jacks Non-Hazardous IV Prep Anteroom Pressure: neutral or positive with a min 12 ACPH USP797 compliant Non-Hazardous IV Prep Buffer Room Pressure: positive with a min 30 ACPH Hazardous IV Prep Anteroom Pressure: positive with a min 12 ACPH USP800 compliant Hazardous IV Prep Buffer Room Pressure: negative with a min 30 ACPH Data connection minimum CAT5 connection to VA provided data connection The contractor shall provide a step-down transformer for the Government provided power (480V, 150 amps) Plumbing The trailer shall have a utility tap to receive water from a provided source. This tap shall receive water from a garden hose type connection. Must have minimum 80 gallon on board storage for fresh water Minimum 90 gallon grey water tank, must support gravity drainage and storage for batch dumping HVAC HVAC System to maintain Pharmacy Trailer environmental systems. System shall maintain ambient temperature between 15-25 ° C for proper medication storage. Refrigerator (QTY 2): minimum 20 cubic foot capacity, one for storage of refrigerated hazardous medications and one for refrigerated non-hazardous medications Hoods Non Hazardous IV Prep room: The room shall have 2 laminar or vertical flow hoods with a minimum work space dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall be ISO Class 5 and be positive pressure. Hazardous IV Prep room: The room shall have two Class 2 Biological Safety Cabinets with a minimum work space dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall meet USP 800 requirements for the preparation of hazardous sterile IV preparations. They shall be ISO Class 5 and be negative pressure. Airlocks that provide HEPA air filtration to purge non-sterile air Airlock between workroom and hazardous IV prep buffer room Airlock between workroom and non-hazardous IV prep buffer room Interior requirements Provided shelving, casework and work surfaces shall be 300 series stainless steel Pharmacy staff will deactivate, decontaminate and clean all areas where hazardous drugs are handled and disinfect all sterile compounding areas daily. The ceiling, interior walls and floors of the interior spaces and the pass throughs may be affected. These surfaces shall have minimal seams and crevices and be able to withstand appropriate deactivation, decontamination, disinfecting and cleaning agents. Statement of Work Background. The sterile preparation of intravenous medications is a vital component of Inpatient Pharmacy services. The existing Inpatient Pharmacy IV room meets USP 797 standards, but does not meet USP 800 standards. The meet these standards, the Inpatient Pharmacy and IV room will be remodeled. Meanwhile, a mobile IV preparation trailer will be temporarily installed to fulfill the requirements of the hospital. Scope. Rental of a USP 797 USP 800 compliant mobile pharmacy self-contained Trailer. This unit shall be located in the disabled parking lot north of the main hospital of the VA Loma Linda Healthcare System (VALLHCS) facility. Specific Tasks. Task 1: Contractor Responsibilities: In addition to the other requirements contained herein or in other areas of the solicitation and/or resultant contract, the contractor shall be responsible for the following: Transporting the mobile pharmacy trailer to and from the site location at the VA Loma Linda. Exterior dimensions of the mobile pharmacy trailer size shall be between 8 and 12 wide and 50 and 57 long. Trailer shall contain A workroom for a up to 2 workstations Non-hazardous anteroom USP797 Compliant Non-Hazardous IV preparation/buffer room Hazardous anteroom USP800 Compliant Hazardous IV preparation/buffer room Airlocks that provide HEPA air filtration to purge non-sterile air Airlock between workroom and hazardous IV prep buffer room Airlock between workroom and non-hazardous IV prep buffer room All maintenance and service of the Trailer and Equipment to include all preventative maintenance, service calls, transportation, parts, and labor provided via a maintenance agreement with the VALLHCS. All OEM Preventative Maintenance, licensures, inspection, adjustments, calibrations, shall be current at all times with no lapses or pending discrepancies. Note: The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA. Mobile Pharmacy Trailer and Equipment shall remain in place during the duration of the contract. Pharmacy Trailer shall maintain proper temperature to ensure maximum operation, calibration, and care of equipment and to ensure staff comfort and medication viability. HVAC System to maintain Pharmacy Trailer environmental systems. System shall maintain ambient temperature between 15-25 ° C for proper medication storage. 24-Hour per Day, 7 Days per Week, telephone technical support (telephone technical support shall be provided within 1 hour of phone call being made). OEM on-site emergency repair service within 4 hours of notification during normal business operations (Monday through Friday, 8am 5pm Pacific Time). If the request is made on a weekend or holiday, the contractor shall begin repair services no later than the next work (duty) day (i.e. be onsite NLT 8am to start the repairs). The contractor s repair personnel shall maintain constant communication with the COR concerning the status of the repairs so that the COR can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided via a maintenance agreement. OEM on-site non-emergency service within 24 hours of notification during normal business operations (Monday through Friday, 8am 5pm Pacific Time). The contractor s repair personnel shall maintain constant communication with the COR concerning the status of the repairs so that the COR can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided via a maintenance agreement. Pharmacy Trailer and Equipment Uptime (in-service) Rate of 95% during normal business hours of operations (which are Monday through Friday, 8am 5pm Pacific Time). Task 2: Pharmacy Trailer Capabilities/Requirements The pharmacy trailer shall meet all USP 797/USP 800 requirements. There shall be pass throughs equipped with a HEPA filtration air purge between the workroom and the hazardous and non-hazardous buffer rooms. Provided shelving, casework and work surfaces shall be 300 series stainless steel Pharmacy staff will deactivate, decontaminate and clean all areas where hazardous drugs are handled and disinfect all sterile compounding areas daily. The ceiling, interior walls and floors of the interior spaces and the pass throughs may be affected. These surfaces shall have minimal seams and crevices and be able to withstand appropriate deactivation, decontamination, disinfecting and cleaning agents. Plumbing A stainless steel sink shall be available in each anteroom (2). Each station will also include an emergency eyewash and emergency shower or drench hose The trailer shall have a utility tap to receive water from a provided source. This tap shall receive water from a garden hose type connection. The trailer shall have a minimum 80 gallon on board fresh water tank The trailer shall have a minimum 90 gallon on board grey water tank that will provide storage for batch dumping and will support gravity draining. Power The contractor shall provide a step-down transformer for the Government provided power (480V, 150 amps) Contractor shall provide all necessary cabling to hook up the trailer and any necessary ADA cable ramps. Contractor shall provide a backup generator to power at minimum, all critical systems (HVAC, refrigeration). The generator shall provide a minimum 31 kVA and have a minimum 27 gallon fuel supply. Data The trailer shall be equipped with a data switch with connections to the workroom and buffer rooms. Task 3: Workroom Capabilities/Requirements Filtration: ISO Class 8 Pressurization: Minimum 30 ACPH Minimum size/space: with minimum dimensions: 8 x 8 x 7 H (ceiling) Accommodate minimum 1 PC workstation/phone with min 2 (CAT5 min) data jacks and 2 power receptacles Be centralized as to be able to access the anterooms for the hazardous and non-hazardous anterooms and IV preparation rooms. Task 4: Non-Hazardous and Hazardous Anteroom Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Positive pressure with minimum 30 ACPH Minimum size/space: 4 x 4 x 7 H (ceiling) Contain casework for personal protective equipment (PPE) that must be donned by staff prior to entering the respective hazardous and non hazardous IV preparation rooms Contain a bench for staff to sit while donning/doffing PPE Task 5: Non-Hazardous IV Preparation/Buffer Room Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Positive pressure with minimum 30 ACPH Minimum size/space: 13 x 8 x 7 H (ceiling) The room shall have 2 laminar or vertical flow hoods with a minimum work space dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall be ISO Class 5 and be positive pressure. Refrigerator: minimum 20 cubic foot capacity Contain rolling shelving for working stock. Shelving shall have lockable casters and have a minimum of 4 shelves. Task 6: Hazardous IV Preparation/Buffer Room Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Negative pressure with minimum 30 ACPH Minimum size/space: 13 x 8 x 7 H (ceiling) The room shall have two Class 2 Biological Safety Cabinets with a minimum work space dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall meet USP 800 requirements for the preparation of hazardous sterile IV preparations. They shall be ISO Class 5 and be negative pressure. Refrigerator: minimum 20 cubic foot capacity Contain rolling shelving for working stock. Shelving shall have lockable casters and have a minimum of 4 shelves. Task 2: Deliverables: Operations and Technical Support Manuals Performance Monitoring The contractor shall comply with the following: Provide Service Reports to the Contracting Officer Representative upon request. The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA. VA shall conduct as needed inspections. Security Requirements: When removing the Mobile IV Preparation Trailer and Equipment from the VA premises at the end of the contract period, the contractor shall turn in any hard drives for sanitation of all Patient Privacy Information (PII). Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). VA to provide 480V at 150 amps adjacent to the parking space. VA to also provide CAT VI data ports in the same location. Other Pertinent Information or Special Considerations. None Risk Control Pharmacy Trailer and Equipment shall meet all Federal, State, and Local Fire and Safety requirements. Safety and Warning Systems with Visual and Audible Alarms. Smoke Detectors and Fire Extinguishers. Emergency Lighting. On-board generator to power HVAC in the event of a power interruption Place of Performance. The mobile pharmacy Trailer shall be located at VA Loma Linda Healthcare System facility, in the disabled parking lot north of the main hospital. Period of Performance. The estimated period of performance will be from September 1, 2018 through June 31, 2019 for a 10-month period. Delivery Schedule SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Monthly Status Report Contractor-Determined Format 2 Copies to COR; Letter Only to CO Monthly, on 5th Workday 2 Commissioning Report Contractor-Determined Format SOW Task # 2 30 days 3 Continue as needed to document all deliverables * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. - - END - - Item Information Rental of Mobile Pharmacy Trailer: Part Number MPCF-R10, 10 MO (Month) Field Installation and Assistance: Part Number MPCT-FIAW, 1 EA Decommissioning of Rental Mobile Pharmacy Trailer, 200 square feet: Part Number MPCT-DRW, 1 EA *The manufacturer is Germfree Laboratories. Note: Please provide pricing details for equipment and service charges. Also provide information, availability and pricing details for other available urological laser system rentals. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. 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 required specifications. 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: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) 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? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to won.chae@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday April 13, 2018 at 1:00 p.m. PST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9289/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9289 36C26218Q9289.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209072&FileName=36C26218Q9289-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4209072&FileName=36C26218Q9289-000.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;VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA
Zip Code: 92357
 
Record
SN04881460-W 20180408/180406230952-1b7ad57515317640f442d7427e04229d (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.