MODIFICATION
H -- Amendment VA-260-10-RQ-0041_1, to include stated dimensions IV Clean Room A131-1: 8'H x 12'L x 7'W, IV Clean Room A132-1 8'H x 12'L x 7'W, IV clean bench/laminar vent hood, dimen sions 2'5H x 3'L x1.5'W; Response Date Changed to 11/5/2009
- Notice Date
- 11/3/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
- ZIP Code
- 99205-6197
- Solicitation Number
- VA-260-10-RQ-0041
- Response Due
- 11/5/2009
- Archive Date
- 2/3/2010
- Point of Contact
- Rick A RinderlePurchasing Agent
- E-Mail Address
-
Purchasing Agent
(rick.rinderle@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment VA-260-10-RQ-0041_1, to include following dimensions IV Clean Room A131-1: 8' H x 12'L x 7'W; IV Clean Room A132-1: 8' H x 12'L x 7'W; IV clean bench/laminar vent hood dimensions are 2.5'H x 3'L x 1.5'W. Response Date changed to November 5, 2009, 3:00 PM Pacific Standard Time, from November 4, 2009, 3:00PM Pacific Standard Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number, VA-260-10-RQ-0041, is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 effective October 14, 2009 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to December 2008. The North American Industry Classification System (NAICS) Code for this acquisition is 541380, Size Standard in millions of dollars: $12.0 Million. This procurement is set aside for Small Businesses. Test and Certify biological safety cabinets, fume hood, and IV clean rooms on a semi-annually basis in December and June, providing required written reports. In accordance with principles set forth under Pharmacopeia's (USP) Chapter 797, Pharmaceutical Compounding-Sterile Preparations and National Sanitation Foundation (NSF) Standard 49, Joint Commission, United States Pharmacopeia Convention, and applicable OSHA regulations for certifying vent/fume hoods and IV clean room, the vendor shall provide semi-annual Testing and Certification of one chemical fume hood, two biological safety cabinets, one IV prep laminar flow hood, and two IV clean rooms. Required services should be completed in one day. Provide required written reports within 30 calendar days after performing services. All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be provided to the VA within 30 calendar days from the time of inspection. If the VA fails to meet the requirements of USP 797 or NSF 49, the inspection reports shall identify the specific reasons for failure and recommendations for improvements. Scope. Test and Certify biological safety cabinets, fume hood, and IV clean rooms semi-annually at required stated time frames. Required services shall be completed in one day. 1- Certification of Fume hood located in laboratory, Room A200A-1 1- Certification of Biological Safety Cabinet, Room A200D-1 1- Certification of Biological Safety Cabinet, Room A131-1 1- Certification of IV clean bench/laminar vent hood,Room A132-1 Note: IV clean bench/laminar vent hood dimensions are: 2.5'H x 3'L x 1.5'W 2- Certification of IV Clean Rooms, including biological testing, Rooms A131-1 and A132-1. Note: IV Clean Room A131-1 room dimensions are 8'H x 12'L x 7'W. Note: IV Clean Room A132-1 room dimensions are 8'H x 12'L x 7'W Provide written reports as required within 30 calendar days after performing services. Specific Tasks. Testing and Certifying Biological Safety Cabinets, Fume Hood, and IV Clean Rooms, and providing required written reports as required within 30 calendar days after performing services. -Certification of Fume hood located in laboratory, Room A200A-1 -Certification of Biological Safety Cabinet, Room A200D-1 -Certification of Biological Safety Cabinet, Room A131-1 -Certification of IV clean bench/laminar vent hood, Room A132-1 -Certification of IV Clean Rooms, including biological testing, Rooms A131-1 and A132-1 5.1.6 -All testing results will be submitted in writing to including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. Performance will be monitored by the Contracting Officer Technical Representative (COTR). The contractor will be taken through security by the COTR and will then be monitored by pharmacy/lab staff. The COTR will ensure all hoods and rooms have been tested, ensuring stickers affixed on hoods denote PASS/FAIL, and the submitted report is accurate to the testing accomplished. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-up Work: Follow-up shall be needed if all the IV clean rooms, hoods and cabinets are not tested/certified. b. Identification of Non-Disclosure Requirements: Contractors are to avoid any contact with patient information found in any area they are working. Contractors will also avoid contact with any pharmaceuticals or lab samples. c. Inspection and Acceptance Criteria: The COTR will check all hoods, cabinets and rooms to ensure they have been tested and are posted with a sticker to signal the semi-annual inspection has been accomplished. d. Risk Control: Contractors will abide by the Spokane VAMC safety policies and Infection Control Policies. If any questions are raised by the contractor they will be brought to the COTR. e. Place of Performance: Contractor will accomplish the certifications at Spokane VAMC locate at 4815 N Assembly Spokane WA 99205. Inside stated facility below; services will primarily be accomplished in the IV clean rooms and the 2nd floor micro lab. Period of Performance Period of performance: Base Year: Dec 1, 2009-Nov 30, 2010 (Cleanings Dec 2009 and Jun 2010) 1st Opt Yr: Dec 1, 2010 - Nov 30, 2011 (Cleanings Dec 2010 and Jun 2011) 2nd Opt Yr: Dec 1, 2011 - Nov 30, 2012 (Cleanings Dec 2011 and Jun 2012) 3rd Opt Yr: Dec 1, 2012 - Nov 30, 2013 (Cleanings Dec 2012 and Jun 2013) 4th Opt Yr: Dec 1, 2013 - Nov 30, 2014 (Cleanings Dec 2013 and Jun 2014) Cost/Pricing Schedule. Base Year December 1, 2009 - November 30, 2010 Item #Description Qty Unit Unit Cost Total Cost 1Certification of IV Clean rooms 2 JB _________ _________ and including biological testing. Rooms A131-1 and A132-1 2Certification of Fume hood located in laboratory, Room A200A-1 2 JB _________ _________ 3Certification of Biological Cabinet hood located in laboratory, Room A200D-1 2 JB _________ __________ 4Certification of Biological Cabinet Hood located in Pharmacy, IV Clean Room A131-1 2JB _________ _________ 5Certification of IV clean bench/laminar vent hood, Room A132-1 2JB _________ _________ 6All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. 2 JB _________ __________ 1st Option Year December 1, 2010 - November 30, 2011 Item #Description Qty Unit Unit Cost Total Cost 1Certification of IV Clean rooms 2 JB _________ _________ and including biological testing. Rooms A131-1 and A132-1 2Certification of Fume hood located in laboratory, Room A200A-1 2 JB _________ _________ 3Certification of Biological Cabinet hood located in laboratory, Room A200D-1 2 JB _________ __________ 4Certification of Biological Cabinet Hood located in Pharmacy, IV Clean Room A131-1 2JB _________ _________ 5Certification of IV clean bench/laminar vent hood, Room A132-1 2JB _________ _________ 6All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. 2 JB _________ __________ 2nd Option Year December 1, 2011 - November 30, 2012 Item #Description Qty Unit Unit Cost Total Cost 1Certification of IV Clean rooms 2 JB _________ _________ and including biological testing. Rooms A131-1 and A132-1 2Certification of Fume hood located in laboratory, Room A200A-1 2 JB _________ _________ 3Certification of Biological Cabinet hood located in laboratory, Room A200D-1 2 JB _________ __________ 4Certification of Biological Cabinet Hood located in Pharmacy, IV Clean Room A131-1 2JB _________ _________ 5Certification of IV clean bench/laminar vent hood, Room A132-1 2JB _________ _________ 6All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. 2 JB _________ __________ 3rd Option Year December 1, 2012 - November 30, 2013 Item #Description Qty Unit Unit Cost Total Cost 1Certification of IV Clean rooms 2 JB _________ _________ and including biological testing. Rooms A131-1 and A132-1 2Certification of Fume hood located in laboratory, Room A200A-1 2 JB _________ _________ 3Certification of Biological Cabinet hood located in laboratory, Room A200D-1 2 JB _________ __________ 4Certification of Biological Cabinet Hood located in Pharmacy, IV Clean Room A131-1 2JB _________ _________ 5Certification of IV clean bench/laminar vent hood, Room A132-1 2JB _________ _________ 6All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. 2 JB _________ __________ 4th Option Year December 1, 2013 - November 30, 2014 Item #Description Qty Unit Unit Cost Total Cost 1Certification of IV Clean rooms 2 JB _________ _________ and including biological testing. Rooms A131-1 and A132-1 2Certification of Fume hood located in laboratory, Room A200A-1 2 JB _________ _________ 3Certification of Biological Cabinet hood located in laboratory, Room A200D-1 2 JB _________ __________ 4Certification of Biological Cabinet Hood located in Pharmacy, IV Clean Room A131-1 2JB _________ _________ 5Certification of IV clean bench/laminar vent hood, Room A132-1 2JB _________ _________ 6All testing results will be submitted in writing, including interpretations of testing results indicating whether systems passed or failed. Should VA fail, the report must state specific reasons of failure and recommendations for improvements detailed in the inspection report. The report must be received by the VA within 30 calendar days from the time of inspection. 2 JB _________ __________ Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). Addenda to FAR 52.212-4: FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option To Extend the Term of the Contract (Mar 2000), FAR 52.232-18 Availability of Funds (Apr 1984), FAR 52.232-19 (Apr 1984) Blanks are to be filled with "October 31, 2009, FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR852.270-1, Representatives of Contracting Officers (Jan 2008). VAAR 852.211-72 The supplies or equipment required by this invitation for bid or request for proposal must conform to the standards of the [the principles set forth under Pharmacopeia's (USP) Chapter 797, Pharmaceutical Compounding-Sterile Preparations and National Sanitation Foundation (NSF) Standard 49, Joint Commission, United States Pharmacopeia Convention, and applicable OSHA regulations for certifying vent/fume hoods and IV clean room ]* and [ shall provide copies of NSF 49 and /or National Balancing Bureau certifications of Technicians to perform services;]* as to [ certifying that Technicians tested in accordance with and conform to the specified standards]**. The successful bidder or offeror will be required to submit proof that the item(s) he/she furnishes conforms to this requirement. This proof may be in the form of a label or seal affixed to the equipment or supplies, warranting that they have been tested in accordance with and conform to the specified standards. Proof may also be furnished in the form of a certificate from one of the above listed organizations certifying that the item(s) furnished have been tested in accordance with and conform to the specified standards. (End of Provision) The Clause at 52.212-5 (Mar 2009), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2009),for the purposes of this document, the following blocks in paragraph (b) are considered checked: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003), (18) 52.219-28, Post Award Small Business Program Representation (Apr 2009), (20) 52.222-19, Child Labor Cooperation with Authorities and Remedies (Feb 2008), (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (22) 52.222-26, Equal Opportunity (Mar 2007), (24) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998), (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007), (32) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (June 2009), (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008), (39) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003. The following block in paragraph (c) is considered checked 52.222-51, Exempt from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Addenda to FAR 52.212-1 are the provisions at FAR 52.212-2 and FAR 52.212-13 (as follows below) and FAR 52.217-5, Evaluation of Options (Jul 1990). The provision at FAR 52.212-2, Evaluation-Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price, past performance and technical shall be considered. For the purpose of evaluation, past performance and technical are significantly more important than cost or price. -Price: The Government will evaluate quotes in accordance with FAR Clause 52.217-5. -Past Performance: Vendor shall provide at least three (3) references from other clients of similar services and value with the submission of a quote. References shall include point of contact, current phone number, contract number, agency or company. -Technical: Vendor shall meet requirements stated in VAAR 852.22-72. Technicians to perform services must have NSF 49 and /or National Balancing Bureau certifications. Vendor shall present all certificates with quote. Failure to provide this information may result in a complete rejection of your quote and not considered. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Jul 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. Block (k) (1), Certificates regarding exemption for the application of the Service Contract Act, is considered checked in paragraph (c). As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Offers must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Offers are due by November 5, 2009, 3:00 PM Pacific Standard Time. Quotes can be mailed, faxed or emailed to: Spokane VA Medical Center, Attn: Rick Rinderle-Contracting, 4815 North Assembly Street, Spokane, WA 99205: Fax: 509-434-7101: E-mail: rick.rinderle@va.gov. Quotes should be marked with the request for quote number VA-260-10-RQ-0041. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA-260-10-RQ-0041/listing.html)
- Record
- SN01996807-W 20091105/091103234610-c968f51c2ac6dee9f7c08ee8bcca2e55 (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 |