Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOURCES SOUGHT

F -- VA Boston Healthcare System Environmental Monitoring and Training

Notice Date
5/15/2020 9:02:22 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0345
 
Response Due
5/29/2020 12:00:00 AM
 
Archive Date
06/08/2020
 
Point of Contact
Gian Monteiro
 
E-Mail Address
cory.dionne@va.gov
(cory.dionne@va.gov)
 
Awardee
null
 
Description
1. INTRODUCTION: This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as quotes, nor will any award be incurred by interested parties in responding to this sources sought announcement. NCO 1 Contracting is seeking interested sources for a future solicitation and procurement. At this time, no solicitation exists. 2. BACKGROUND: VA Boston Healthcare System has a requirement for environmental monitoring and training for its Pharmacy compounding cleanroom suite. Environmental Monitoring Contractor will provide on- site MONTHLY clean room Environmental Monitoring services for 12 clean room areas, 3 Germfree model LFGI-3USP Compounding Aseptic Containment Isolators (including the rooms they are or will be located in)and 8 Biological safety cabinets. These monthly services must be provided: Monday through Friday (excluding federal holidays) between the hours of 8:00 am 6pm, as negotiated with the COR s specific site representative. The environmental surface testing must be completed by an independent biology lab that is not in direct supervision of the Cleanroom Cleaning contractor. The contractor must collect the samples from each individual campus and deliver the samples to be evaluated to the laboratory that same day before close of business, on the day of sample. There will be no shipping of samples via air/train/mail system outside of the New England area. Plates will be stored in accordance with the manufacturers guidelines before and after use. The Contractor shall utilize a laboratory that is FDA registered and/or accredited by the American Industrial Hygiene Association (AIHA) or the American Association for Laboratory Accreditation (A2LA) for analysis and reporting of the samples collected. The reports are then to be provided to the Contracting Officer s Representative (COR). The environmental monitoring report should identify the following: i. Media used/lot numbers of medias and corresponding expiration dating ii. Location of samples taken (with corresponding map) iii. Equipment used (calibration date) iv. Surface testing (tests must include medias used to identify mold, yeast, gram positive bacteria and gram negative bacteria) v. Viable and non-viable air testing vi. The identifiable bacteria including genus and species Samples to include: i. 6 surface samples /per location (total: 9 cabinets x 15 rooms with 5 surface samples per room) and 1 sample from each compounding aseptic containment isolator. ii. 1 viable air sample per location (one sample per room x 15 rooms), 1 sample per compounding aseptic containment isolator and one sample per biological cabinet =8 (Cabinets). iii. 1 non-viable particle per location (one sample per room x 15 rooms), 1 sample per compounding aseptic containment isolator and one sample per biological cabinet =8 (Cabinets). The contractor will provide environmental monitoring on a monthly basis without interruption. In the event that the contractor cannot meet these monthly requirements- it is up to the contractor to provide a contingency date to fulfill the work order/contract details. The contractor must use current USP standards and the VA Boston standard operating procedure when evaluating bacterial growth within the ante room and buffer areas. If the colony counts exceed the parameters defined in the Boston SOP the contractor will notify the pharmacy service. The contractor will also identify high risk organisms (yeast, mold, gram negative bacteria and coag positive Staph) within the monthly surface and viable air sampling. High risk organisms include: staph, yeast, mold as outlined in the referenced guidelines. In the event that a high risk organism is found within the hazardous or non-hazardous rooms- the contractor will notify the pharmacy department in a timely manner. The pharmacy department will implement an action plan as follows: i. Identify the source of the high risk organism ii. Initiate a cleaning process (clean the area three times) to eliminate the bacterial growth iii. Re-test the affected area iv. Shorten beyond use dating until environmental monitoring reports are clear The Contacting Officer s Representative (COR) or their site representative from the corresponding campus will coordinate the timing of the re-cleaning/re-testing of the affected area(s) with the respective Contractors and internal departments as necessary. Cleanroom Training 1. Training of BHS staff Contractor will perform employee training and certification in regards to gowning procedures (garments provided by the contractor). The contractor must be well versed in maintaining aseptic technique and educate the pharmacy department in regards to proper disposal of items which are used by the contractor. This training will need to include the entire clean room team at all locations (Total of 55 personnel combined). Contractor will be available for additional training services for new employees. Once annual VA employee testing is completed (gowning technique, fingertip testing for regular garbing and glove box technique) the contractor will provide certification to the pharmacy department. All proficiency tests will be scheduled in advance to allow the pharmacy department adequate central coverage. Location: Multiple Pharmacy Locations on campus VA Boston Healthcare System 3. OBJECTIVES: VA Boston Healthcare System is looking for small business concerns, especially Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) contractors that can provide the requested weekly/monthly sterile cleaning/disinfecting service and environmental monitoring services for Providence VAMC within VISN 1. All capable companies are encouraged to respond. The current primary NAICS code is 541380 (Testing Laboratories). 4. SUBMITTAL INFORMATION: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response as detailed below. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill the requirements above. Interested parties shall furnish the following minimum information: Company name and address ensure your company is registered in the System for Award Management (SAM) at www.sam.gov. Company point of contact name, telephone number, and email address. Evidence that you are a small business (if applicable): Small Business ensure you are listed as small business in SAM, reps and certifications. Provide the NAICS codes you are listed as a small business under. SDVOSB or VOSB (or in the process of certification) ensure you are certified in the veteran database at www.vetbiz.gov. Provide evidence of certification. If your company holds a Federal Supply Schedule (FSS) Contract, list the Contract Number and SINs. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described above. Past Experience: Brief summary of the company history relative to similar requirements. Response may provide information on a maximum of three similar projects for which the responder was a prime or subcontractor. It is requested that the above information be provided no later than May 29, 2020 at 4:30PM EDT. Responses should be emailed to the contracting specialist at gian.monteiro@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d15d4cbd07f648c4a00850891157a27f/view)
 
Place of Performance
Address: VA Boston Healthcare System;Multiple Locations
 
Record
SN05659736-F 20200517/200516071021 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.