Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2016 FBO #5327
DOCUMENT

65 -- 644-16-3-225-0075 BSC and Chem Fume Hood Certifications - Attachment

Notice Date
6/22/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25816Q0567
 
Response Due
6/30/2016
 
Archive Date
7/30/2016
 
Point of Contact
Gary W. Smith
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Phoenix VA Health Care System (PVAHCS), located at 650 E. Indian School Rd. Phoenix, AZ 85012 is seeking a potential qualified contractor that can provide comprehensive testing and certification services for the Pathology & Laboratory Services Management (P&LMS) biosafety cabinets and chemical fume hoods, the annual ventilation pressure assessment of the BSL-3 Suite located in the Lab in accordance with ASHRE 110-2016 and one Baker biological safety cabinet USP 797 located in the Room 2340 Research Pharmacy. This will also include testing and certification services for the Building 21 for the Research Service for the biosafety cabinets and chemical fume hoods. The contractor is responsible for providing all parts, labor, travel, tools, telephone support, and preventative maintenance inspections. Any prospective contractors must be authorized/certified to provide the required service from the manufacturer and must show proof with any provided documents at the time of responding to this Sources Sought announcement. 2. Specifications: a. The Contractor is required to have the following current accreditations: (1)NEBB (National Environment Balancing Bureau) - Cleanroom Performance Testing (2)CETA Registered Cleanroom Professional for Sterile Compounding Facilities (3)NSF Standard 49 (National Sanitation Foundation) - Class II Biological Safety Cabinets (4)American Board of Industrial Hygiene CIH (Certified Industrial Hygienist) (5)Copy of current accreditations must be submitted with your proposal. b. The work is to be performed in accordance of the following standards: (1)American Society for Heating, Refrigeration and Air-conditioning Engineers (ASHRAE) 110-2016 Standard 110-2016 -- Method of Testing Performance of Laboratory Fume Hoods to ensure that Face velocities of 0.4 m/sec to 0.6 m/sec (80 ft/min to 120 ft/min) generally provide containment if the hood location requirements and laboratory ventilation criteria of this standard are met. (2)National Sanitation Foundation (NSF) Standard 49 for the testing and certification of class II biological safety cabinets. (3)The U.S. Pharmacopeia's (USP 797) General Chapter, Pharmaceutical Compounding Sterile-Preparations establishes the minimum standards required for a facility to perform high quality compounded sterile preparations (CSPs). (4)Controlled Environment Testing Association (CETA), which provides work practices and guidelines for industry professionals working with equipment such as cleanrooms, laminar flow devices, fume hoods, biological safety cabinets, isolation rooms and other controlled environments. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811219 ($20.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to gary.smith4@va.gov ; and shall be received no later than 3:00 pm Arizona Mountain Standard Time on June 30, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816Q0567/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-16-Q-0567 VA258-16-Q-0567.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2822207&FileName=VA258-16-Q-0567-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2822207&FileName=VA258-16-Q-0567-000.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: 650 East Indian School Rd.;Phoenix, AZ
Zip Code: 85012
 
Record
SN04157930-W 20160624/160622234357-2c97367de62340df415c7fe9dbb6c282 (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.