Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 09, 2020 SAM #6950
SOLICITATION NOTICE

Y -- Renovate Pharmacy USP 797/800 Project 590-100

Notice Date
12/7/2020 10:37:11 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24621R0026
 
Response Due
1/4/2021 2:00:00 PM
 
Archive Date
02/03/2021
 
Point of Contact
Vangie T Miller, Contract Specialist
 
E-Mail Address
Vangie.miller@va.gov
(Vangie.miller@va.gov)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE This notice is for Solicitation Number 36C24621R0026, Project Number 590-100 Renovate Pharmacy USP 797/800, at Hampton VA Medical Center, 100 Emancipation Dr., Hampton, VA 23667. This shall be a Service-Disabled Veteran Owned Small Businesses (SDVOSB) Set-Aside. As a result, all SDVOSB may submit a proposal, which will be considered by the agency. The North American Industry Classification System (NAICS) code for this action is 236220 with a size standard of $39.5 million. VAAR 836.204| Disclosure of the magnitude of construction project is between $ 2,000,000 and $5,000,000. Scope of Work: The scope of work shall generally consist of, but not limited to the following: 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. Contractor shall be responsible to coordinate and schedule work to minimize to short duration and shall be expected to plan work typically during duty hours of 8 AM to 4:30 PM eastern time except as noted in the general requirements and as approved by the CO. Maintain all access to and egress from the buildings at all times for facility s fire protection requirements and to meet the requirements of regulatory codes, laws, etc. Project Completion: The duration of the project is currently estimated at 320 calendar days from the issuance of a Notice to Proceed. This project will be procured as 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) and must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.va.gov/. The North American Industry Classification Code (NAICS) used for this requirement is 236220, Commercial and Institutional Building Construction with a Size Standard of $39.5M. The VA will issue a Request for Proposal (RFP) on or about 12/3/2020 via Contract Opportunities at https://beta.sam.gov/. A site visit will be scheduled, and the date/time/location will be provided with the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a652184c6db422095039ccd356189ca/view)
 
Record
SN05867967-F 20201209/201207230143 (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.