AWARD
W -- Pharmacy Compounding Trailer Lease
- Notice Date
- 9/12/2025 1:20:31 PM
- Notice Type
- Award Notice
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525C0069
- Archive Date
- 09/27/2025
- Point of Contact
- Jon Lutmer, Phone: 4104463862
- E-Mail Address
-
Jonathan.lutmer@va.gov
(Jonathan.lutmer@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Award Number
- 36C25525C0069
- Award Date
- 09/12/2025
- Awardee
- JMG VETERAN CONTRACTING LLC Mesa AZ 85209 USA
- Award Amount
- 2068000.00
- Description
- 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: a. The contractor shall make an on-site visit prior to delivery to work with KCVA engineering staff for any pre-delivery issues (power, plumbing, water waster, remote monitoring, etc.) at no cost to KCVA. The contractor will also be responsible for transporting the IV Preparation Trailer to the site location at the KCVA. b. Exterior dimensions of the IV Preparation Trailer size shall be between 8� and 12� wide and 50� and 57� long. c. Trailer shall contain: (1) A workroom for up to 2 workstations (2) Non-hazardous anteroom (3) Non-Hazardous IV preparation/buffer room (4) Hazardous anteroom (5) Hazardous IV preparation/buffer room (6) Two laminar airflow hoods for non-hazardous compounding (7) Two biological safety cabinets for hazardous compounding (8) Two refrigerators d. All out of warranty 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 KCVA. e. All Preventative Maintenance, licensures, inspection, adjustments, calibrations, shall be current 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. All certifications required initially, and every six months will be provided by the vendor. f. Mobile IV Preparation Trailer and Equipment shall remain in place during the duration of the contract. g. IV Preparation Trailer shall maintain proper temperature, humidity and pressure to ensure maximum operation, calibration, and care of equipment and to ensure staff comfort and medication viability. Provide logs daily showing these ranges are being maintained. h. HVAC System to maintain IV Preparation Trailer environmental systems. a. Temperature range 60� to 66� Fahrenheit b. Humidity 30% to 60% c. Pressures: Hazardous Drug Buffer Room -0.01 to-0.03 Non-Hazardous Drug Buffer Room. 0.02-0.05 Contractor will allow KCVA to install Temp Trak sensors inside the trailer which monitor temp, humidity and pressure inside the trailer. The sensors will be installed using an adhesive that can be removed at the end of the trailer use. i. 24-Hour per Day, 7 Days per Week, telephone technical support (telephone technical support shall be provided within 1 hour of the phone call being made). j. On-site emergency repair service within 4 hours of notification24-Hour per Day, 7 Days per Week. The contractors� repair personnel should 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 ASAP 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. k. On-site non-emergency service within 24 hours of notification during normal business operations (Monday through Friday, 8am-5pm). The contractors 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) unless otherwise coordinated with the COR. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided via maintenance agreement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9d21dac4b441447aad452fcb720fa878/view)
- Place of Performance
- Address: Kansas City, MO 64128, USA
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN07588107-F 20250914/250912230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |