Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2015 FBO #4822
DOCUMENT

B -- STERILITY TESTING-Contractor shall Perform water quality sampling and analysis for RHJ VA Medical Center. - Attachment

Notice Date
2/4/2015
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Contract Officer (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;325 Folly Road, STE 300;Charleston SC 29412
 
ZIP Code
29412
 
Solicitation Number
VA24715Q0296
 
Response Due
2/13/2015
 
Archive Date
5/23/2015
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
H
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA247-15-Q-0296 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-15-Q-0296 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541380, and the size standard is $14 million. (v) This requirement consists of the following: BASE YEAR: 03/01/2015-02/28/2016 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 STERILITY TESTING: Contractor shall perform 404EA$______$______ Dialysis Unit/Dental Clinic Process Water Sampling according to ANSI/AAMI/ISO 23500:2011 BASE YEAR TOTAL $_________ OPTION YEAR 1: 03/01/2016-02/28/2017 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 STERILITY TESTING: Contractor shall perform 404EA$______$______ Dialysis Unit/Dental Clinic Process Water Sampling according to ANSI/AAMI/ISO 23500:2011 OPTION YEAR 1 TOTAL $_________ OPTION YEAR 2: 03/01/2017-02/28/2018 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 STERILITY TESTING: Contractor shall perform 404EA$______$______ Dialysis Unit/Dental Clinic Process Water Sampling according to ANSI/AAMI/ISO 23500:2011 OPTION YEAR 2 TOTAL $_________ OPTION YEAR 3: 03/01/2018-02/28/2019 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 STERILITY TESTING: Contractor shall perform 404EA$______$______ Dialysis Unit/Dental Clinic Process Water Sampling according to ANSI/AAMI/ISO 23500:2011 OPTION YEAR 3 TOTAL $_________ OPTION YEAR 4: 03/01/2019-02/28/2020 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 STERILITY TESTING: Contractor shall perform 404EA$______$______ Dialysis Unit/Dental Clinic Process Water Sampling according to ANSI/AAMI/ISO 23500:2011 OPTION YEAR 4 TOTAL $_________ GRAND SUM TOTAL FOR BASE YEAR AND 4 OPTION YEARS $___________ (vi) The following is a detailed description of the requirements for this solicitation: Scope of Work- Water Quality Analysis Services 1. Background: Ralph H. Johnson (RHJ) VA Medical Center has various operating units which require regularly scheduled water quality sampling of their process water. These operating units require environmental analysis of water cultures to be in compliance with their certification. Sampling will be requested to satisfy requirements set forth by the following standard ANSI/AAMI/ISO 23500:2011. 2. Scope: The contractor shall perform water quality sampling and analysis on a monthly and quarterly basis for the various needs of the medical center including dialysis and dental process water. Prior to each monitoring/testing/analysis the contractor must provide a cost estimate for the requested tasks(s). 3. Task: The contractor shall perform the following samples: a.Dialysis Unit Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 b.Dental Clinic Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 3.1. Performance: Perform water quality sampling and analysis for RHJ VA Medical Center. a.All samples shall be analyzed by a laboratory accredited by ANSI/AAMI/ISO 23500:2011. b. Each sampling session will be conducted during normal business hours, Monday thru Friday 8 AM thru 4:30 PM. Each sampling request will be scheduled with the GEMS Coordinator, who will serve as the contracting officer's representative (COR). Preference of 24 hour turnaround time, when possible. c.Upon receipt laboratory results shall be emailed directly to the COR immediately. 4. Reports: A written report will be issued for each sampling session and an electronic copy via e-mail provided to COR, within 10 days of the receipt of laboratory results. Each session's report will include at a minimum the date, time and name of the personnel, narrative of work practices used, results of sampling, location where samples were collected, narrative interpretation of laboratory results, a comparison chart or table showing results of all sampling by date and sample location, laboratory results and a closed chain of custody. 5. Personnel Qualifications: This sampling may be performed by personnel certified to perform sampling according to ANSI/AAMI/ISO 23500:2011. 6. Contractor Qualification: Contractor shall have at least 3 years of successful experience in conducting the above listed water sampling. Experience shall be verified by having at least two references complete and return the Past Performance Survey directly to the contracting office no later than the closing date of the solicitation. Contractors must be within the commuting area, no further than 100 miles, to minimize travel costs. 7. Equipment: Contractor shall utilizing appropriate testing equipment, cultures, media or any other supplies necessary for collection, testing and analysis of water culture samples. 8. Contractor Pricing: Upon need of each individual sampling service the COR will be call the contractor to discussed specific needs. The contractor can then quote price via service agreement, prior to the sampling start day. Upon COR signature of service agreement sampling service shall begin, within two working days. Contractor should supply analytical/lab cost for each type of sample and labor costs for each position description to be conducing sampling. 8. Place of Performance: Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 9. Period of Performance: Base Year plus 4-one year Options 10. Contract Performance Monitoring: The government reserves the right to monitor services in accordance with Performance Based Matrix. 11. Invoices: Vendors will submit invoices electronically to the Financial Services Center (FSC) on of two methods below: a.The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. For information on OB10 electronic invoicing set-up, vendors should call 877-752-0900, or email USClientServices@ob10.com b.A system that conforms to X12 electronic data interchange (EDI) format established by the Accredited Standards Center. For FSC e-invoicing information, please call 877-353-9797 or email vafsccshd@va.gov. 12. Records Management Language for Contracts: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing Dialysis Unit Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 as specified in this solicitation. 2.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing Dental Clinic Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 as specified in this solicitation. 3.Documentation that confirms that the company/laboratory is accredited, licensed and certificated to preform Dialysis Unit Process Water Sampling and Analysis and Dental Clinic Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 as specified in this solicitation. 4.Documentation that confirms the company/employees have the required licensing and certifications to perform water quality sampling and analysis according to ANSI/AAMI/ISO 23500:2011 as specified in this solicitation. 5.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than Friday, February 6, 2015 at 1:00 pm eastern standard time EST to Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) SITE VISIT: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS DUE DATE: All quotes/offers are due on Friday, February 13, 2015 at 2:00PM eastern standard time (EST). Only electronic quotes/offers will be accepted; submit quotation/offer to - Janica Francis-Hunter, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All quotes/offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information: Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448/Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q0296/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-0296 VA247-15-Q-0296.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1846917&FileName=VA247-15-Q-0296-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1846917&FileName=VA247-15-Q-0296-000.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;Ralph H Johnson VAMC;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN03633902-W 20150206/150205000609-b6e373946b16f72d42de7bc95059d5de (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.