Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOURCES SOUGHT

Y -- Renovate Pharmacy USP 797/800

Notice Date
9/15/2020 12:39:08 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q1038
 
Response Due
10/15/2020 2:00:00 PM
 
Archive Date
01/13/2021
 
Point of Contact
Vangie Miller, Contracting Officer, Phone: 757-315-3999
 
E-Mail Address
vangie.miller@va.gov
(vangie.miller@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
In accordance with Federal Acquisition Regulation (FAR) Part 10.0002 (b)(2) this Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), an offer to negotiate or as an obligation on the part of the Department of Veterans Affairs. Responses are strictly voluntary. Respondents will not be compensated, and all information becomes property of the Government upon submission. Purpose: Hampton VA Medical Center in Hampton, VA | Renovate Pharmacy USP 797/800 | Project # 590-100 In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, NCO 6 is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a VHA procurement opportunity. In case no SDVOSBs or VOSBs possess the capacity, all Small Businesses possessing the necessary capacity are encouraged to provide a response. PROJECT DESCRIPTION: The Hampton VA Medical Center (VAMC) is seeking a potential contractor to design/Build (DB) for the construction, and renovation of the Pharmacy Area in the Hampton (VAMC), to meet and comply with the new U.S. Pharmacopeial Convention (USP), USP 800 and 797 codes, regulations, requirements, and compounding standards. In addition, the firm shall design, procure and install a mobile USP trailer to be utilized as temporary compounding space during construction and to remain in place for future contingency plan. Hampton VA Medical Center contracted a firm to develop a site assessment report related to the USP 797/800 compliance issues related to the main Medical Center Pharmacy spaces. This report can be used as a guide to help develop the design need for USP 797/800 compliance but shall not be the only considerations taken when designing for USP 797/800 compliance. The Final Assessment report will be included in the solicitation as an attachment to this scope of work (Attachment 001). The DB will combine the findings from the original report, updated best practice information on pharmacy technology, updated USP 797/800 compliance information, and lessons learned from other VISN facilities undergoing similar upgrades to develop the design. Design shall comply with the VA Technical Information Library (TIL). Where the TIL and USP are in conflict, the contractor shall identify the conflict immediately to the COR for a determination. All current USP standards remain effective and the design team shall maintain knowledge and compliance with all other current and impending standards (ex. 795,797, 800, etc.). The DB shall also procure, design and install a mobile USP trailer at the most cost-effective location that will be included in the solicitation as Attachment 002. During the initial design, if identified, an additional site location could be considered if shown to be more cost effective and/or feasible. The DB will be responsible of designing the site preparation for the trailer and the installation of the trailer in the approved by VA location. The trailer installation shall be completed before DB start construction in the renovation area and will remain onsite and operational at the completion of the project. The DB shall obtain the necessary certifications to operate the temporary trailer prior to the VA taking possession. The contractor shall be responsible during construction of the renovation area, while the VA shall be responsible and take ownership after renovation area is accepted in order to maintain the operational certification of the trailer. The upgrades specific to this scope of work include renovating existing space in Building 110B ground floor to meet USP 797/800. Areas include but are not limited to the following location(s): storage areas, anteroom, compounding(buffer) rooms, and other associated existing pharmacy space. Upgrades include but are not limited to the following items: heating, ventilation, and air conditioning (HVAC) systems and controls, low voltage systems, plumbing, fire protection, architectural, and electrical systems. ADMINISTRATIVE: The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. This is a Design-Build project. VAAR 836.204| Disclosure of the magnitude of construction projects. Between $ 2,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $39.5 million. The duration of the project is currently estimated at 320 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process. REQUIREMENTS/REQUESTED INFORMATION: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please identify your firm s small business category. If your firm is either SDVOSB or VOSB, please state whether you are currently certified by the Department of Veterans Affairs Center for Veterans Enterprise (CVE) based upon North American Industry Classification System code (NAICS) 236220 Commercial and Institutional Building Construction. Current SBA size standard for NAICS 236220 is $39.5M. 3. Please provide a capability statement. Describe your firm s in-house capability to accomplish the summarized project scope/goal; how your firm intends to meet the 15% self-performance requirement per PL109-461; and confirmation that your firm can obtain performance and payment bonds up to $5M for this project. 4. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. Please provide the following information for your three most relative, recent projects: (a) Contracting agency address and contracting officer s name, email address, and telephone number. (b) Contract number, date, amount of award, and date of completion. (c) Was your company the prime or a subcontractor? If performance was as a subcontractor, please provide the prime company s business name, address, email address, and telephone number, as well as the name, email address and telephone number of a specific contact person. (d) Describe items/services provided under the contract. (e) Please state if there were any performance issues under the contract resulting in the issuance of a Cure Notice or Show Cause Notice by the Contracting Officer. RESPONSE SUBMISSION: Please submit your information via email to Vangie Miller, Contract Specialist, at vangie.miller@va.gov, by the closing date and time listed on FBO. Include the following as the subject line of your email: Sources Sought for USP 797/800 Hampton VAMC Project # 590-100, (Insert your Company Name). Please do not include advertising or promotional materials. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f3fb6430d35493fb679bc532f16bddb/view)
 
Place of Performance
Address: 100 Emancipation Drive, Hampton, VA 23667, USA
Zip Code: 23667
Country: USA
 
Record
SN05798649-F 20200917/200915230157 (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  © 1994-2020, Loren Data Corp.