Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2014 FBO #4703
DOCUMENT

H -- Hood Certifications Sioux Falls - Attachment

Notice Date
10/8/2014
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network 23 Contracting Office;2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26315Q0088
 
Response Due
9/22/2014
 
Archive Date
10/7/2014
 
Point of Contact
Denise Hill, Contracting Officer (605)333-6822
 
E-Mail Address
Contracting Officer
(denise.hill@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services identified below, 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; proposals are being requested and a written solicitation will not be issued. Solicitation VA-263-15-0088 is being issued a Request for Quotation (RFQ) as a small business set-aside and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76. The North American Industry Classification System Code (NAICS) is 541380 with small business size standard of $14 million. VA Health Care System, Network 23 Contracting Office, Sioux Falls, SD has a requirement for the Annual Inspection and Certification of: Biological Safety Cabinets (5), Fume Hoods (12), Animal Cage Dump Station (1), Animal Cage Changing Station (1); and Semiannual Inspection and Certification of: Pharmacy Biological Safety Cabinets to include Particle Counts per USP 797(2), Clean Room Testing Compounding Rooms (2), Cleanroom Testing Ante room (1), environmental Sampling Fee (3), bacterial air Sampling w/I.D. (6), Fungi Air Sampling Per Location (6), Bacterial and Fungal Surface Sampling (10); and provide a price for each re-certification trip. Quotation is to be for Base Year and four (4) Option Years. (See attached RFQ for schedule and Statement of Work). SCOPE OF WORK: the Sioux Falls VA Medical Center has on the premises seven biological safety cabinets (BCS), twelve fume hoods (FHs), and two clean rooms. They are located in in buildings 5 and 28. All BSCs will be tested to National Sanitation Foundation/ American National standards Institute (NSF/ANSI) Standard 49-2009, Annex F. This standard covers field certification of (laminar flow) class II biological safety cabinets. The Federal Standard 209 will also be used. The laboratory Fume Hoods will be certified to the Scientific and Furniture Association (SEFA) Standard 1-2006 unless otherwise directed by owner. Particle Counts conducted in the two Pharmacy Biological Safety Cabinets and Clean Rooms in compliance with United States Pharmacopeias Chapter 797 (USPS NF General Chapter 797). The two Pharmacy Department Clean Rooms and Biological Safety Cabinets require semi-annual certifications due to the nature of the work conducted in the BSCs and Clean Rooms. Certification papers will be provided for each hood. Markers will be placed on each hood to indicate the sash level at which each hood provides proper protection and dated stickers showing current certification placed on each hood. Quotes submitted for this contract will also be required to include detailed information of the cost of service for repairs to the BSCs and FHs if this work is warranted at any period during the contract. The repairs include but are not limited to replacement HEPA filters, decontamination processes, switches, monometers, and motors/blowers and addressing illumination and vibration issues. The Contractor will then submit a detailed report including costs of certifications, repairs, travel, fuel, and lodging in the quote for services. The Contractor is required to furnish all labor, materials, services, equipment, insurance, and perform all work to remove and dispose of filters and other debris created as work progresses. Work Summary: The Contractor will do an inspection of the clean rooms, BSCs, and FHs to determine the extent of the work involved in the semi-annual and annual certifications of the clean rooms, 7 BSCs, and 12 FHs and service work if required. The Contractor is required prior to issuance of the contract to present any issues which would preclude completion of required work. Contractors Responsibility: The Contractor will perform all work required to give a complete and satisfactory job as required by this Statement of Work. The Contractor shall be responsible for performing the scope of the work in Accordance with VA Medical Center requirements and all Federal, State, and Local regulations. The Contractor will be responsible for proper containment and disposal of all debris generated under this contract at the job site and during transportation of contaminated materials to an approved disposal site. Disposal documents are to be included in the final report. Site Assessment: The Contractor is responsible for inspecting the work space field verifying all quantities for: constructing a negative pressure containment for the work, removal and disposal, work area physical parameters and access limitations. The contractor shall be required to move or work around existing furniture, fixtures, and finishes during performance of this contract. The site visit shall be scheduled by the VA Medical Center (VAMC) for interested BSC and FH Contractors to identify specific work area requirements. The Contractor will come to the site assessment with appropriate equipment to conduct a thorough assessment of the project area. Property damage: The Contractor shall take all precautions to avoid damage to VAMC property or equipment. Any damage to VAMC property or equipment by the Contractor shall be repaired by the Contractor to its original sate or better condition at no additional expense to the VAMC. Working Conditions: Portions of Buildings 5 and 28 will be occupied and operations will continue on a normal, temporary or restricted basis for the duration of the project. The Contractor shall take all precautions that their operations are conducted in a manner that does not interfere with normal operations of the surrounding facility and the safety and health of the occupants or the environment. Procedures conducted in the clean rooms, BSCs, and FHs by VA staff will require the certifications to be conducted after the normal dayshift hours of staff in those areas. Cleanup: Daily cleanup is required at the work site, all staging (containments) and debris from the project shall be removed from the site and disposed of properly. The entire area shall be left clean and acceptable to the VAMC. Certifications: Contractors will provide documentation that employees conducting certifications and repairs are trained and accredited through industry standards as required; National Sanitation Foundation (NSF) the governing body for standards used In the manufacturing and certification of Biological Safety Cabinets, The Controlled Environment Testing Association (CETA), the International Air Filtrations Certifiers Association (IAFCA) accreditation program for all High Efficiency Particulate Air (H.E.P.A.) filtered devices, and Fume Hoods or other industry recognized training or accreditation programs. Schedule: The Contractor will have 12 days to complete certifications of BSCs, Clean rooms, and Fume Hoods after notice to proceed. Preconstruction Meeting: The Contractor shall attend a mandatory preconstruction meeting before starting work and the VAMC will schedule the meeting. Temporary Facilities and Staging Area: The electrical energy and the water consumed shall be provided by the VAMC at no cost to the Contractor from existing lines and sources in the building or from services adjacent to the work areas. Contractor's use of utilities shall be coordinated with VAMC. The Contractor will be permitted to use areas as directed by the VAMC for staging and storing of materials. The area shall be left clean and restored to the same condition as when accepted by the Contractor. Submittal Requirements: The Contractor will submit the following materials to the VAMC for review and approval prior to starting work: Material Safety Data Sheets and/or Safety Data Sheets for all chemical products. Respiratory Fit test and Medical Surveillance for employees scheduled for this project (if required by 29 CFR 1910.34)Negative Air H.E.P.A. Filtration Equipment Specification Sheet (if required for repairs)Proposed Project/Phasing Schedule Configuration of typical enclosure or negative pressure enclosure system and location for each repair phase. Proof of adequate insurance30 Hour OSHA Construction Safety Training for Supervisors and 10 Hour OSHA Construction Safety Training for Workers Medical Requirements: Contractor shall provide workers with sufficient sets of protective full body clothing. Contractor shall provide additional personnel protective equipment (PPE) as required per applicable OSHA safety standards. Worker Protection Procedure: Each worker and authorized visitor shall, upon entering a job site, put on appropriate protective clothing and PPE, before entering the work area. Each worker and authorized visitor shall remove gross contamination from clothing prior to leaving work area after decontamination of protective clothing and disposal of waste, as appropriate with federal, state, and local regulations. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items ; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items(including the following item numbers in paragraph (b): 4, 8, 14, 19, 25, 30, 31, 32, 33, 34, 42,43, 46, 52, 53 and 52.216-27, 52.222-41, 52.222-42, 52.222-43, 52.222-51 and 52.226-6; and the following VAAR Clauses and Provisions; 852.203-70 Commercial Advertising; 852.215-70 SDVOSB and VOSB Evaluation Factors; 852.215-71 Evaluation Factor Commitments; 852.237-70 Contractor Responsibilities; and 852.270-1 Representative of Contracting Officers. SCA Wage Determination 05-3025 Rev.-16 may be applicable to this contract. To schedule a site visit contact Alan Haataja, Sioux Falls VA Health Care System at (605) 336-3230 x7011. Quotations are due by 4:00 pm CT on Friday, October 17, 2014, with anticipated award date of 11/01/2014. Quote may be mailed, faxed or emailed to Denise Hill at the Department of Veterans Affairs, VA Health Care System, Network 23 Contracting Office, 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26315Q0088/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-15-Q-0088 VA263-15-Q-0088_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672877&FileName=VA263-15-Q-0088-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672877&FileName=VA263-15-Q-0088-000.docx

 
File Name: VA263-15-Q-0088 WD 05-3025 Rev.-16 7-25-2014.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672878&FileName=VA263-15-Q-0088-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1672878&FileName=VA263-15-Q-0088-001.pdf

 
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: VA Health Care Systems;Sioux Falls, SD and Iowa City, Iowa
Zip Code: 57105
 
Record
SN03545544-W 20141010/141008234940-defc4419efe1c528bd2cf3a0467debd2 (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.