Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2016 FBO #5272
DOCUMENT

J -- Surgical Equipment Cleaning - Attachment

Notice Date
4/28/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
VA26116N0600
 
Response Due
5/4/2016
 
Archive Date
6/3/2016
 
Point of Contact
RICO.JOHNSON@VA.GOV
 
E-Mail Address
rico.johnson@va.gov
(rico.johnson@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Department of Veterans Affairs is in the process of determining the acquisition strategy for Medical Instrument Cleaning service for VA Fresno Health Care System with location in Fresno, CA. Please note that this Request for Information (RFI) is for information only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services. OVERVIEW: Contractor to furnish all labor, materials, equipment, and transportation to provide mechanical washing, packaging, and sterilization services of instruments as specified in accordance with the terms and schedule of this solicitation to the Sterile Processing Service (SPS) at the Central CA Veterans Health Care System (VACCHCS), 2615 E. Clinton Avenue, Fresno, CA 93703. Please include the follow information about your organization in your response (1) Name of Organization, (2) Address + Zip Code, (3) Telephone number, (4) Fax Number, (5) Size of Business: Large or Small, (6) SAM status, (7) Point(s) of contact, and (8) email address. Organizations responding to this RFI should provide the company's capabilities to perform this requirement. The NAICS code is 811219. The Small Business size standard is $20.5 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the VA not to open the requirement to open competition, based on responses to this sources sought synopsis is solely within the discretion of the VA. The Government does not intend to pay for any information provided under this sources sought synopsis. All responses must be sent via e-mail to Rico Johnson, Contracting Officer, at rico.johnson@va.gov. Responses to this sources sought synopsis are due by 12:00 PST on May 4, 2016. STATEMENT OF WORK 1.SCOPE OF WORK: Contractor to furnish all labor, materials, equipment, and transportation to provide mechanical washing, packaging, and sterilization services of instruments as specified in accordance with the terms and schedule of this solicitation to the Sterile Processing Service (SPS) at the Central CA Veterans Health Care System (VACCHCS), 2615 E. Clinton Avenue, Fresno, CA 93703. a.Contractor must be current on their FDA certification and provide a copy of their Registration Form to the Acquisition Coordinator prior to award. b.The VACCHCS will provide the contractor an average of 30 Containers/Trays, 50 Blue Wraps, and 100 Peel Packs of instruments to complete a mechanical wash, wrap, and sterilization each day. The above average is based on a five day work week, with delivery and pick-up five (5) times a week. c.Monday through Friday, between the hours of 11:00 pm to 2:00 am, the contractor representative arrives to VACCHCS, Building 1, 3rd Floor, at the designated SPS decontamination area to pick up the trays and instruments, at least five (5) days a week. The trays and instruments are returned to the facility by the contractor, 24 hours after pick-up. d.If contractor is unable to return the sterilized instruments reason, as stipulated in 1(c), the emergency call back list will be activated. A contractor representative will contact the Nursing Supervisor or designated representative. e.Upon receipt of the returned instruments, VACCHCS SPS/OR staff will check all trays against the contractor's certificate of processing form, which verifies sterilization was successful and the correct amount of instruments were returned. In the event of a non-conforming tray, the tray will be returned to Synergy for reprocessing and a credit will be issued to VACCHCS. f.Hospital staff is prohibited from sending out disposable or one-time use items for sterilization. Contractor cannot sterilize disposable or one-time use items. g.VACCHCS SPS may opt to rent loaner instrumentation/trays (Accuset) from Synergy Health. ? h.Contractor will conform to all sterilization processes and standards as found in ANSI/AAMI ST79:2010 & A1:2010 and the manufacturer's instructions for use (IFU) (oneSOURCE, at www.onesourcedocs.com). i.Contractor will monitor temperature and humidity in the pack, quarantine and decontamination rooms for VACCHCS instruments and equipment. Contractor will perform a "smoke pen" or other equivalent test in the preparation/packing room to test for positive pressure, before and after processing all VACCHCS loads. The Contractor will submit the smoke pen or other equivalent test results to VACCHCS with each load delivered. VACCHCS equipment and instruments will be housed in the quarantined area until shipment. Contractor will use a climate controlled truck/sprinter van to transport and deliver instruments and equipment to the VACCHCS or designated space. In the event the climate controlled truck breaks down, Contractor will use its standard non-climate controlled truck. j.Contractor's processing facility maintains negative pressure in their soil sort area and warehouse. Positive pressure is maintained in post sterilization/pack-and-seal areas, as well as the main production floor. k.Contractor will maintain preventive maintenance records on file for their sterilization units as outlined in the manufacturer's guidelines. l.VACCHCS SPS/OR Leadership will conduct a site visit of the contractor facility prior to award. VACCHCS SPS Staff will review the processing/sterilization equipment maintenance records with the contractor, prior to award. After award, VACCHCS SPS/OR Leadership, Associate Director for Patient Care Service, COR, and/or an Infection Prevention and Control Representative will visit the contractor facility quarterly (or more frequently if needed), during the duration of the renovation. At the time of award, the contractor will provide the names and phone numbers of key personnel who will be the points of contact for all service issues related to the sterilization of the equipment. m.Contractor will provide load information documents, cycle tape, biological indicator (BI) test results to VACCHCS SPS, for each processed load. The Contractor will provide smoke pen or other equivalent test results with every delivery provided to VACCHCS SPS. The contractor will submit a VACCHCS SPS provided Quality Assurance (QA) checklist with each load delivered. n.FORCE MAJEURE. Neither party will incur any liability to the other party on account of any loss or damage resulting from any delay or failure to perform all or any part of this Agreement if such delay or failure is caused, in whole or in part, by events, occurrences, or causes beyond the control and without negligence of the party. Such events, occurrences or causes will include, without limitation, acts of God, strikes, lockouts, failure of supply from third parties, storms, riots, acts of war or terrorism, fire, and explosions, but the inability to meet financial obligations is expressly excluded (collectively, "Force Majeure Events"). 2.CURRENT WORKLOAD: a.Approximately 200 surgical cases a month b.Approximately 4,000 Reusable Medical Equipment (RME) processed per month. c.Specific list of equipment will be provided later for a more accurate proposal can be submitted. 3.DEFINITIONS: a.Contracting Officer (CO): The representative of the VA who has the authority to enter into, administer, terminate, modify, approve changes, or otherwise represent and bind the VA in all matters arising under or relating to this contract. b.Contracting Officer's Representative (COR): VA staff person at the facility who serves as the point of contact for issues relating to the administration and coordination of services provided under this contract. The COR has NO authority to make changes to the contract terms that affect contract prices, quality, quantities or delivery terms and conditions. COR shall be designated and made known to the contractor after award. c.Sterile Processing Service (SPS): Located on the Building 1, 3rd Floor, Room 3A02. The items for sterilization will be picked up at the designated SPS decontamination area and upon completion of sterilization will be delivered to the Operating Room(OR) Desk Area (3B09F)SPS operates five (5) days a week from 7:30 AM to 12:00 AM. Access to SPS after hours must be done by contacting the Nurse on Duty (NOD). d.Nurse on Duty: (NOD): The Nurse on Duty is located in Building 1. The NOD will escort the contractor to SPS or OR for pickups and returns after normal duty hours. e.ANSI/AAMI ST79:2010 & A1:2010: Comprehensive guide to steam sterilization and sterility assurance in health care facilities, used by the VA. The Contractor can obtain a copy from the SPS Chief. f.Manufacturer's Instruction for Use: Contractor will use the online guide (www.onesourcedocs.com) for following the FDA regulated manufacturer's instruction for use (IFU). 4.RESPONSE TIME: All trays and instruments must be returned to the VA 24 hours after pickup. ? 5.BILLING/PAYMENTS: Payment will be made in arrears. Invoices must specify the service provided the number of loads or quantity, reference the contract number and "C" number provided by SPS, and should be submitted electronically on a monthly basis. See the following website for additional information: http://www.tungsten-network.com/customer-campaigns/veterans-affairs/. The Department of Veterans Affairs Tungsten Number is: AAA544240062. 6.INSURANCE: After award of contract and before commencement of service, the contractor shall furnish to the Acquisition Coordinator a certificate of insurance which shall contain an endorsement to the effect that cancellation of, or any material change in, the policies which adversely affect the interests of the Government in such insurance shall not be effective unless a thirty (30) day written notice of cancellation or change is furnished to the Acquisition Coordinator. See clause VAAR 852.297-71, Indemnification and Insurance under the Clauses section. ment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26116N0600/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-16-N-0600 VA261-16-N-0600.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2701142&FileName=VA261-16-N-0600-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2701142&FileName=VA261-16-N-0600-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04099250-W 20160430/160428235232-33fba9d0f3952d54f44165aa52da1bce (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.