Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

Q -- PHARMACY MICROBIOLOGICAL TESTING

Notice Date
7/16/2020 10:41:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q0665
 
Response Due
7/21/2020 12:00:00 PM
 
Archive Date
10/28/2020
 
Point of Contact
Lesley Kitchen, Contract Specialist, Phone: 843-789-6881
 
E-Mail Address
lesley.kitchen@va.gov
(lesley.kitchen@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4 Original Date: 10/12/17 Revision 01 Date: 01/08/18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720Q0665 Posted Date: 07/16/2020 Original Response Date: n/a Current Response Date: 07/21/2020 @1500est Product or Service Code: Q301 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 541380 Contracting Office Address Network Contracting Office (NCO 7) Ralph H Johnson VA Medical Center 109 Bee Street Charleston, SC 29401 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, July 2, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a business size standard of 16.5 million. The Ralph H. Johnson VA Medical Center is seeking to procure Pharmacy IV Prep Area Microbiological Monitoring for USP 797 Compliance. All interested companies shall provide quotation for the following: PRICE/COST SCHEDULE-ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 QTR __________________ __________________ Quarterly Bacteria & Fungi air and surface sampling and analysis as required by 2019 USP 797 Contract Period: Base POP Begin: 08-01-2020 POP End: 07-31-2021 0002 8.00 MO __________________ __________________ Monthly Bacteria & Fungi surface sampling and analysis as required by 2019 USP 797 Contract Period: Base POP Begin: 08-01-2020 POP End: 08-31-2021 0003 30.00 EA __________________ __________________ Resampling (extra samples) Fungi & Bacteria Contract Period: Base POP Begin: 08-01-2020 POP End: 07-31-2021 1001 4.00 QTR __________________ __________________ Quarterly Bacteria & Fungi air and surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 1 POP Begin: 08-01-2020 POP End: 07-31-2022 1002 8.00 MO __________________ __________________ Monthly Bacteria & Fungi surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 1 POP Begin: 08-01-2021 POP End: 07-31-2022 1003 30.00 EA __________________ __________________ Resampling (extra samples) Fungi & Bacteria Contract Period: Option 1 POP Begin: 08-01-2021 POP End: 07-31-2022 2001 4.00 QTR __________________ __________________ Quarterly Bacteria & Fungi air and surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 2 POP Begin: 08-01-2022 POP End: 07-31-2023 2002 8.00 MO __________________ __________________ Monthly Bacteria & Fungi surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 2 POP Begin: 08-01-2022 POP End: 07-31-2023 2003 30.00 EA __________________ __________________ Resampling (extra samples) Fungi & Bacteria Contract Period: Option 2 POP Begin: 08-01-2022 POP End: 07-31-2023 3001 4.00 QTR __________________ __________________ Quarterly Bacteria & Fungi air and surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 3 POP Begin: 08-01-2023 POP End: 07-31-2024 3002 8.00 MO __________________ __________________ Monthly Bacteria & Fungi surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 3 POP Begin: 08-01-2023 POP End: 07-31-2024 3003 30.00 EA __________________ __________________ Resampling (extra samples) Fungi & Bacteria Contract Period: Option 3 POP Begin: 08-01-2023 POP End: 07-31-2024 4001 4.00 QTR __________________ __________________ Quarterly Bacteria & Fungi air and surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 4 POP Begin: 08-01-2024 POP End: 07-31-2025 4002 8.00 MO __________________ __________________ Monthly Bacteria & Fungi surface sampling and analysis as required by 2019 USP 797 Contract Period: Option 4 POP Begin: 08-01-2024 POP End: 07-31-2025 4003 30.00 EA __________________ __________________ Resampling (extra samples) Fungi & Bacteria Contract Period: Option 4 POP Begin: 08-01-2024 POP End: 07-31-2025 GRAND TOTAL __________________ Scope of Work Pharmacy IV Prep Area Microbiological Monitoring for USP 797 Compliance 1. Background: The Ralph H. Johnson Veterans Affairs Medical Center (RHJ VAMC) has a pharmacy on the first floor with a cleanroom suite consisting of two ISO Class 7 buffer rooms, one ISO Class 7 chemotherapy anteroom, and one ISO Class 8 anteroom. Within the buffer rooms include three ISO Class 5 cabinets: two Laminar airflow workbenches (LAFWs) in the main buffer room and one Class II Biologic Safety Cabinet (BSC) in chemotherapy buffer room. Microbiological sampling of IV hoods (ISO Class 5), buffer rooms (ISO Class 7) and anterooms (ISO Class 8) is required by United States Pharmacopeia, chapter 797: Pharmacy Compounding Sterile Preparations (USP 797), VHA Directive 1108.12: Management and Monitoring of Compounded Sterile Preparations, and VA information letter 10-2006-008. Additionally, the RHJ VAMC is undergoing construction for a new cleanroom suite that will add one additional ISO Class 5 Class II BSC. Anticipated completion of the new cleanroom suite is Fall 2020. The sampling strategy recommended by the revised 2019 USP 797 should be followed for all air and surface samplings for bacterial and fungal growth. The revised 2019 USP 797 recommends volumetric air sampling of all classified areas using an impaction device at least every 6 months. The revised 2019 USP 797 also recommends surface sampling of all classified areas and pass-through chambers connecting classified areas to be conducted at least monthly. According to USP 797, fungi and bacteria are not expected to be present in ISO Class 5 areas. The goals of a microbiological air and surface monitoring program are to determine whether contamination is present at unacceptable levels and to assess whether proper personnel practices are being followed, cleaning and disinfecting agents are effective, and environmental quality is maintained. 2. Scope: The contractor shall perform volumetric active air sampling of all classified areas using an impaction device and must be conducted in each classified area quarterly for fungi and bacteria at selected sampling sites. The following requirements must be met when performing air sampling: Sampling is conducted during dynamic operating conditions. Avoid disturbing unidirectional airflow, when conducting sampling of a primary engineering control (PEC). Follow all manufacturer s instructions for operation of the active air sampling device, including placement of media. Use of high-volume sampling pumps capable of achieving and maintaining the required flow rate of 28 liters per minute and impaction samplers to conduct the sampling. A sufficient volume of air (> 1000 liters) shall be tested at each location in order to maximize sensitivity. A general microbial growth media that supports growth of bacteria and fungi must be used. The contractor shall use Tryptic Soy Agar (TSA) contact plates for bacteria samples and Malt Extract Agar (MEA) or sabouraud dextrose agar (SDA) contact plates for fungal samples. Certificated of Analysis from the manufacturer must verify that the media meets the expected growth promotion, pH, and sterilization requirements. The media devices must be retrieved and covered, at the end of sampling Samples must be incubated in an incubator, at temperatures that will promote growth of bacteria and fungi. The incubator temperature must be monitored during incubation, either manually or by continuous recording device. Invert the TSA contact plates and incubate at 30-35 degrees Celsius for no less than 48 hours. Record the total number of discrete colonies of microorganisms on each media device as colony forming units (cfu) per cubic meter of air. Invert the MEA or SDA contact plates and incubate at 20-25 degrees Celsius for no less than 5 days. Record the total number of discrete colonies of microorganisms on each media device as colony forming units (cfu) per cubic meter of air. The contractor shall perform surface sampling of all classified areas and pass-through chambers connecting to classified areas for microbial contamination monthly for fungi and bacteria at selected sampling sites. The following requirements must be met when performing surface sampling: Surface sampling is performed at the end of compounding activity or shift, but before the area has been cleaned and disinfected. Surface sampling devices must have a raised convex surface. A general microbial growth media that supports growth of bacteria and fungi must be used. The contractor shall use TSA contact plates for bacteria samples and MEA or SDA contact plates for fungal samples. The growth media must be supplemented with neutralizing additives to neutralize the effects of any residual disinfecting agents. Sterile swabs wetted with sterile water or a sterile neutralizing buffer may be used when sampling irregular surfaces and difficult to reach locations. Certificated of Analysis from the manufacturer must verify that the media meets the expected growth promotion, pH, and sterilization requirements. When performing the surface sampling, using a rolling motion, firmly press the media surface onto the surface to be sampled. Cover each surface sample device at the end of each sampling. After surface sampling, the sampled area must be thoroughly cleaned and disinfected by the contractor with RHJ VAMC approved cleaner and 70% isopropyl alcohol (IPA), in accordance with RHJ VAMC policy. Samples must be incubated in a calibrated incubator at temperatures that will promote growth of bacteria and fungi. The incubator temperature must be monitored during incubation, either manually or by continuous recording device. Store media devices during incubation in a manner to prevent condensation from dropping onto the agar and affecting the accuracy of the cfu reading. Incubate the surface sample TSA contact plates and incubate at 30-35 degrees Celsius for no less than 48 hours. Record the total number of discrete colonies of microorganisms on each media device as colony forming units (cfu) per cubic meter of air. Incubate the surface sample MEA or SDA contact plates and incubate at 20-25 degrees Celsius for no less than 5 days. Record the total number of discrete colonies of microorganisms on each media device as colony forming units (cfu) per cubic meter of air. In addition to the routine air and surface sampling described above, the contractor shall perform ad hoc air or surface sampling at the request of RHJ VAMC. Reason for ad hoc air and surface sampling include, but are not limited to: In conjunction with certification of new facilities or equipment After servicing of facilities or equipment In response to identified problems In response to identified trends In response to changes that could impact the sterile compounding environment 3. Task: An appropriate environmental air and surface sampling plan shall be developed by the contractor for airborne and surface sampling viable particles that is in compliance with the revised 2019 USP 797. The sampling plan must be designed and conducted in a manner that minimizes the chance that the sampling itself will contribute to contamination of the CSP or the environment. Air sampling shall be conducted in each classified area identified by RHJ VAMC during dynamic conditions. Surface sampling shall be performed in each classified area at locations identified by RHJ VAMC at the end of compounding activities or shift. The identified surface sample locations are the interior of the PEC and the equipment contained in it, staging or work areas near the PEC, frequently touched surfaces, and other areas prone to contamination during compounding activities and during other activities such as labeling, gowning and cleaning. The contractor shall perform the following samples: Bacteria air sample analysis Fungi air sample analysis Bacteria surface sample analysis Fungi surface sample analysis Prepare and submit laboratory test Sample Locations: Cleanroom Suite Location ISO Class Sample Type Analysis PEC, inside LAFW #1, left side 5 air/surface fungi and bacteria PEC, inside LAFW #1, right side 5 air/surface fungi and bacteria TPN Compounder Equipment, inside LAFW 5 surface fungi and bacteria PEC, inside LAFW #2, left side 5 air/surface fungi and bacteria PEC, inside LAFW #2, right side 5 air/surface fungi and bacteria IV Buffer Room, near door 7 air fungi and bacteria IV Buffer Room, worktable 7 surface fungi and bacteria Pass-through, IV Buffer Room to Workroom 7 surface fungi and bacteria Anteroom, worktable inside clean side of line of demarcation 7 surface fungi and bacteria Anteroom, inside of clean side of line of demarcation 7 air fungi and bacteria Workroom, near door 8 air fungi and bacteria Workroom, worktable near door 8 surface fungi and bacteria PEC, inside BSC #1, center 5 air fungi and bacteria PEC, inside BSC #1, left side 5 surface fungi and bacteria PEC, inside BSC #1, right side 5 surface fungi and bacteria PEC, inside BSC #2, center 5 air fungi and bacteria PEC, inside BSC #2, left side 5 surface fungi and bacteria PEC, inside BSC #2, right side 5 surface fungi and bacteria Chemo Buffer Room, near door 7 air fungi and bacteria Chemo Buffer Room, worktable 7 surface fungi and bacteria 3.1. Performance: Perform all microbiological sampling for the RHJ VAMC pharmacy clean room suite in compliance with USP 42 NF 37 General Chapter 797, Pharmaceutical Compounding-Sterile Preparations standards, VHA Directive 1108.12 Management and Monitoring of Compounded Sterile Preparations, and VA information letter 10-2006-008. All samples shall be analyzed by a laboratory accredited by AIHA in Environmental Microbiology. Sampling results will be compared to recommendation provided in the revised 2019 USP 797 guidance document. All samples should be brought to the laboratory with minimal delay (e.g. same day or shipped overnight) to prevent potential contamination. Each sampling session will be conducted during normal business hours, Monday thru Friday 8 AM thru 4:30 PM. Each session will be scheduled at least 5 working days in advance and is subject to the workload of the pharmacy and should be coordinated by the Associate Chief, Inpatient Pharmacy. Each session will be scheduled with Christina A. Delp, Industrial Hygienist, who will serve as the contracting officer s technical representative (COR). For any measured levels of growth for air or surface sampling, an attempt must be made to identify any microorganism recovered to the genius and species level with assistance of a microbiologist. Any laboratory results greater than the action level will require notification of the COR immediately upon receipt of results. Laboratory results of these levels or above will require resampling to be performed after action deemed appropriate by the Associate Chief of Inpatient Pharmacy has been taken to correct the microbiological growth. Resampling for the areas at or above the action levels may be required in as little as 24 hours from notification by the COR. Sample Type Location ISO Class Action Level Air Sample Inside PEC (LAFW or BSC) 5 >1 cfu/m3 Air Sample Buffer Room or Chemo Anteroom 7 >10 cfu/m3 Air Sample Anteroom 8 >100 cfu/m3 Surface Sample Inside PEC (LAFW or BSC) 5 >3 cfu/device Surface Sample Buffer Room or Chemo Anteroom 7 >5 cfu/device Surface Sample Anteroom 8 >50 cfu/device Note 1: If two devices were collected at a single location, all recovered growth on each must be documented and action levels are applied to each device media. Note 2: Action level for fungi and bacteria Note 3: cfu/m3 = colony forming unit per cubic meter (1000 liter) of air per plate 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: Date and time of sampling Name and signature of Certified Industrial Hygienist performing the sampling Date samples received to laboratory Date samples analyzed Name and signature of Lab Manager (or other approved signature) Date reported Name and signature of Certified Industrial Hygienist preparing the report Narrative of work practices used Results of sampling Location where samples were collected, including diagram of sampling locations Narrative interpretation of laboratory results Recommendations based on the results of the sampling Any limitations with sampling methods, analysis, or results. Comparison chart or table showing results of all quarterly sampling by date and sample location Laboratory results Closed chain of custody. The following documentation must be available at request of the COR or Associate Chief of Inpatient Pharmacy, via email, within 5 days of the request: Certificated of Analysis from the manufacturer verifying that the air and surface sampling media devices used meet the expected growth promotion, pH, and sterilization requirements. Incubator temperature monitoring log for the duration of air and surface sampling incubation period. Service and calibration records for all equipment used during air and surface sampling collection and incubation. 5. Personnel Qualifications: This sampling shall be performed, and the report prepared by an Certified Industrial Hygienist (CIH) certified by the American Board of Industrial Hygiene (ABIH). Testing personnel are trained in proper operations of the air and surface sampling equipment to ensure accurate and reproducible sampling. Per revised 2019 USP 797, an effective microbiological air and surface monitoring program identifies quality trends over time. The contractor needs to familiar with the RHJ VAMC pharmacy cleanroom suite and has access to past microbiological air and surface sampling results. 6. Contractor Qualification: The contractor shall have at least 3 year of successful experience in conducting USP 797 pharmacy cleanroom sterile environment sampling in a tertiary or higher-level medical center. Due to the timeliness of sampling, ad hoc sampling, and possible resampling, the contractor must be able to facilitate unplanned sampling or resampling based on unacceptable results within 24 hours of request. To minimize the risk of contamination and to prevent delays in reporting, the samples must be shipped overnight to the AIHA certified environmental microbiology laboratory for receipt the next morning and immediate incubation. The contractor shall provide two comparable example projects to demonstrate experience with similar work. Example project information should include the type/number of hoods/rooms work experience conducted over the past 5-10 years, as well as specific information on the type and size of facilities where work was performed, and the services provided. Experience shall be verified by having at least two pharmacy clean room references forwarded directly to the contracting officer. 7. Equipment: Contractor shall utilizing appropriate air sampling pumps that are capable of achieving and maintaining the required flow rate of 28.3 liters per minute (LPM), Anderson N-6 impactor or equivalent, Tryptic Soy Agar (TSA) and Malt Extract Agar (MEA) plates or Sabouraud Dextrose Agar (SDA), and appropriate sterile sampling swabs or equivalent. All air sampling devices must be serviced and calibrated as recommended by the manufacturer. 8. Place of Performance: Ralph H. Johnson VA Medical Center Charleston, 109 Bee Street, Charleston, SC 29401. 9. Period of Performance: 2020 (Base year) 1 August 2020 31 July 2021 2021 (Option year 1) 1 August 2021 31 July 2022 2022 (Option year 2) 1 August 2022 31 July 2023 2023 (Option year 3) 1 August 2023 31 July 2024 2024 (Option year 4) 1 August 2024 31 July 2025 10. Contract Performance Monitoring: The government reserves the right to monitor services in accordance with Performance Based Matrix. 11. Invoices: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer s Representative (COR). A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total amount due All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs FMS-VA-2(101) Financial Services Center PO Box 149971 Austin TX 78714-9971 Vendor e-Invoice Set-Up Information: Please contact OB10 at the phone number or email address listed below to begin submitting your electronic invoices to the VA Financial Services Center for payment processing, free of charge. If you have questions about the e-invoicing program or OB10, please contact the FSC at the phone number or email address listed below: OB10 e-Invoice setup information: 877-489-6135 email: VA.Registration@ob10.com FSC e-Invoice Contact Information: 877-353-9791 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: 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. 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. 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. 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. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. 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. 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.]. 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. 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. ~End of Statement of Work ~ Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor ""meeting or exceeding the requirement, (2) past performance, and (3) price.  The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Mar 2020). The following clauses are incorporated into 52.212-1 as an addendum to this contract: 52.204-7; 52.204-16; 52.204-24; 52.216-1; 52.233-2; 52.252-1; VAAR 852.215-72. FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Mar 2020) FAR 52.217-5 Evaluation of Options (July (1990) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018). The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.203-17; 52.204-4; 52.204-13; 52.204-18; 52.228-5; 52.232-40; 52.217-8; 52.252-2 and VAAR 852.203-70; 852.212-70; 852-215-70; 852.219-75; 852.215-71; 852.232-72; 852.233-70; 852.233-71; 852.270-1. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (March 2020). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.222 40, 52.222 50, 52.222 54, 52.223-18, 52.225-13, 52.232-33, 52.232-36, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62. Supplement Insurance Requirement. In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employer s liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. All quoters shall submit the following: one copy of this solicitation document. Quoters shall reference RFQ No. 36C24720Q0665 in the subject line of the electronic responses. All quotations shall be sent via email to Contract Specialist Lesley Kitchen; Lesley.kitchen@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than July 21, 2020 @ 3pm eastern time. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Email quotes only will be accepted to Contract Specialist, Lesley.kitchen@va.gov. Oral quotes will not be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Lesley Kitchen, Email: Lesley.kitchen@va.gov. Point of Contact Contracting Office Address: Lesley Kitchen, Contract Specialist Network Contracting Office 7 Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29402
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/570b2aabf5224366a071a379c4fafe5d/view)
 
Place of Performance
Address: Ralph H. Johnson VA Medical Center 109 Bee St., Charleston 29401, USA
Zip Code: 29401
Country: USA
 
Record
SN05723365-F 20200718/200716230158 (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.