Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2022 SAM #7358
SOLICITATION NOTICE

H -- USP Compliant Pharmacy certification/Lab BSC/Fume Hood Cert base year

Notice Date
1/21/2022 5:52:52 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24222Q0321
 
Response Due
1/28/2022 1:00:00 PM
 
Archive Date
03/29/2022
 
Point of Contact
Evelyn Peguero, Contracting Specialist, Phone: 914-737-4400
 
E-Mail Address
Evelyn.Peguero@va.gov
(Evelyn.Peguero@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 USP Compliant Pharmacy Certification & Lab BSC Fume Hood Certification Services VA Hudson Valley Health Care System. (i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24222Q0321. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-02 (eff. 01/14/2022), VAAR 2008-32 (eff. 11/1/2021). (iv) This solicitation is a Total Service-Disabled Veteran-Owned Small Business set-aside open market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511 Medical Laboratories and has a small business size standard of $35 Million. The FSC/PSC is H966 Other Quality Control, Testing and Inspection-Instruments and Laboratory Equipment. (v) This is a services contract to perform the USP compliant certification for the Sterile Compounding Pharmacy areas and Annual BSC/Fume hood recertifications at VA Hudson Valley Health Care System- Castle Point & Montrose Campus Healthcare Centers. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE: LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 BASE PERIOD: Castle Point 1 JB 0002 Montrose 1 JB Total Base Year: 1001 OPTION YEAR ONE: Castle Point 1 JB 1001 Montrose 1 JB Total Option Year One: 2001 OPTION YEAR TWO: Castle Point 1 JB 2002 Montrose 1 JB Total Option Year Two: 3001 OPTION YEAR THREE: Castle Point 1 JB 3002 Montrose 1 JB Total Option Year Three: 4001 OPTION YEAR FOUR: Castle Point 1 JB 4002 Montrose 1 JB Total Option Year Four: Base and All Option Years Total: (vi) The required work is as contained below in the Statement of Work. Hudson Valley VA Healthcare System Castle Point & Montrose Campus Statement of Work (SOW) USP Compliant Pharmacy Certification/& Lab BSC/Fume Hood Certification Services 1. Background. Hudson Valley VA Healthcare System requires a contract to provide all labor, materials and travel to perform the USP compliant certification for the Sterile Compounding Pharmacy areas and Annual BSC/Fume hood recertifications at Castle Point & Montrose Campus Healthcare Centers. 2. Scope (Pharmacy). All pharmacy-specific equipment will obtain CETA certification every six (6) calendar months from the date of the last certification/testing of biological safety cabinets(s), laminar flow hoods, ceiling mounted HEPA filters, and room spaces/environments in accordance with VHA Directive 1108.12, and USP 797 & 800. Recertification may be required sooner if equipment is relocated/altered or a major service is performed. Pharmacy specific spaces and equipment are as follows: Montrose Campus Pharmacy Primary Space Segregated Compounding Area with Compounding Aseptic Isolator Test to manufacturer specifications Perform smoke pattern testing with video recording Check velocity Check HEPA filter integrity Certification periodicities shall be confirmed by contractor, post award, and adjusted as necessary to meet the needs of the Hudson Valley VA HCS. Certification and testing shall conform to USP and OSHA standards. The contractor shall comply with Federal, State, and Local Laws, plus and federal regulations as applicable to the performance of this contract; to include USP 797 and USP 800. The individual performing the testing shall be CETA certified to perform this work. The technician/contractor shall provide a copy of the individuals CETA credentials at time of offer. If, during the contract, a different individual(s) is designated by the contractor, CETA certification of the individual(s) must be provided to the CO and COR and approved prior to the start of work. Volumetric air sampling for viable airborne particles must be completed in all classified areas (ISO 5 PEC, ISO 7 & 8 rooms) and must be done using an impaction device during dynamic operating conditions at least every 6 months. Surface sampling of all classified areas and pass-through chambers for microbial contamination must be conducted semi-annually during certification. Sampling must be performed at the end of compounding activity but before the area has been cleaned & disinfected. Sampling must include identification (to genus level) of any resulting microorganisms) Castle Point Campus Pharmacy Primary Space Sterile Preparation Anteroom with two (2) Fan Powered HEPA filter. Non-Hazardous Compounding room: One (1) Compounding Aseptic Isolator and two (2) Fan Powered HEPA filter. Hazardous Compounding room: One (1) Compounding Aseptic Containment Isolator and three (3) Fan Powered HEPA filter. Certification periodicities shall be confirmed by contractor, post award, and adjusted as necessary to meet the needs of the Hudson Valley VA Health Care System. Certification and testing shall conform to USP and OSHA standards. The contractor shall comply with Federal, State, and Local Laws, and federal regulations as applicable to the performance of this contract; to include USP 797 and USP 800. The individual performing the testing shall be CETA certified to perform this work. The technician/contractor shall provide a copy of the individuals CETA credentials at time of offer. If, during the contract, a different individual(s) is designated by the contractor, CETA certification of the individual(s) must be provided to the CO and COR and approved prior to the start of work. Volumetric air sampling for viable airborne particles must be completed in all classified areas (ISO 5 PEC, ISO rooms) and must be done using an impaction device during dynamic operating conditions at least every 6 months. Surface sampling of all classified areas for microbial contamination must be conducted semi-annually during certification. Sampling must be performed at the end of compounding activity but before the area has been cleaned & disinfected. Sampling must include identification (to genus level) of any resulting microorganisms Additional Requirements: The contractor shall: Obtain all necessary licenses and/or permits required to perform the work herein. Measure and document HEPA filter(s) air volumes and velocities PPE Contractor will follow Hudson Valley VA HCS protocols for use of PPE in the classified spaces and understands the risks associated with facilities and equipment designed for storage and preparation of hazardous drugs.  All equipment brought into the cleanroom suite must be disinfected and sanitized prior to entry (with Caviwipe, followed by sterile 70% isopropyl alcohol or as per current standard operating procedure for the cleanroom suite).  Primary Engineering Controls (CAIs and CACIs) HEPA filter leak tests and patching if necessary Prefilter check Non-viable particle count testing (0.5 micron and larger) under dynamic operating conditions inside each PEC to calculate ISO rating Dynamic smoke testing (video recorded and provided to us on a DVD or made available for download on a secure website) for all primary engineering controls; must have sufficient smoke to demonstrate unidirectional airflow and sweeping action over and away from any preparation  Perform semi-annual Air & Surface Viable Environmental Sampling (bacterial & fungal) from inside each PEC, including counts and microbial identifications. All environmental testing to be performed by an accredited laboratory and their report issued. Samples must be labeled, and a diagram of sampling locations provided (2) Compounding Aseptic Isolator (1 air bacterial, 1 air fungal, 1 surface bacterial, & 1 surface fungal) Baker Compounding Aseptic Isolator Model Number: SS 500 Serial Number: 85172 Baker Compounding Aseptic Isolator Model Number: SS 500 Serial Number: 92440 (1) Compounding Aseptic Containment Isolator (1 air bacterial, 1 air fungal, 1 surface bacterial, & 1 surface fungal) Baker Compounding Aseptic Containment Isolator Model Number: CS 500 Serial Number: 96340 Secondary Engineering Controls (SECs) Castle Point Campus Pharmacy Primary Space(s) ISO Class 7 Sterile Preparation Anteroom ISO Class 7 Hazardous Compounding Room ISO Class 7 Non- Hazardous Compounding Room Perform room calculations to determine air changes per hour (ACPH) in each room. Documented on the certification report should include ACPH for HVAC, ACPH contributed from PEC, and the total ACPH. Perform semi-annual Air & Surface Viable Environmental Sampling for microorganisms (bacterial & fungal), including counts and microorganism identification. All environmental testing to be performed by an accredited laboratory and their report issued. Samples must be labeled, and a diagram of sampling locations provided. Sample to be taken from at least one high-touch area of each SEC Non-viable particle count testing (0.5 micron and larger) under dynamic operating conditions to calculate room ISO rating HEPA filer leak test for Fan Powered HEPA Filters (2 in the anteroom, 3 in the Hazardous Compounding Rm., 2 in the Non-Hazardous Compounding Rm. room) Pressure differentials between SECs and the ante room and the Hospital common area Smoke pattern testing with video recording of airflow between each pair of SECs and between anteroom and general pharmacy area Temperature and humidity testing Perform calibration of room pressure differential gauges. Gauges will be affixed with calibration sticker. Instruments used for testing will be specified and along with most recent calibration date and date next calibration is due.  CAG-003-006 or successor will be followed (per PBM 4/23/18 guidance: Veterans Health Administration Guidance for Defining, Certifying, and Procuring PECs for Compounded Sterile Preparations) along with VHA Directive 1108.12, and United States Pharmacopeia General Chapters 797 and 800 and Institute of Flow Clean Air Devices, IEST-RP-CC-002.4. Reporting (Pharmacy Results Only) All reports must be sent via email or CD Disk directly to the COR and to the CSP pharmacist Contractor shall provide a written report of all testing and certification results, no later than seven (7) business days following completion of all work (except for viable sampling results). At a minimum, this report must contain: Name of CETA-certified technician performing the testing List of equipment used for the testing: manufacturer, model, serial number and calibration due date Type, make, model and serial number for each PEC Each PEC and SEC nonviable particulate counts (including sample volume and time) and ISO classification Measured air velocity data for PEC, including CFM, average and standard deviation of air velocity measurements and acceptance criteria PEC blower setting and pressure gauge reading (if any) For BSCs: measured downflow air velocity data, acceptance criteria and pass/fail result For BSCs: measured exhaust damper acceptance criteria and pass/fail result For BSCs: inflow velocity test method, measurements and results Total Air Changes Per Hour (ACPH) for each SEC, with indication of ACPH supplied by the PECs Pressure differentials between each SEC and the anteroom/pharmacy Results of HEPA leak tests for all filters tested, as well as the results of any patching that was performed If leaks were detected and sealed, include a diagram showing approximate location of sealed leaks Prefilter type, size and condition for each PEC Viable testing results (once available) SEC temperature and relative humidity Video recording of all smoke pattern testing (airflow and dynamic) Alarm test results (if any) A diagram of the areas tested, noting the approximate location of surface, air and particle counts Any recommendations for HEPA replacement/HEPA lifespan Performance standard used for testing The Microbiology report must include: Sampling location and any organisms identified to the genus level Incubation temperature and duration Manufacturer, lot number and expiration for each media lot Positive and negative controls Determination of whether findings are actionable (pass/fail) Chain of custody for samples The pharmacy must be notified of any microbial growth immediately after it is identified (no later than 48 hours after the report is received by the contractor from the laboratory). The certification tag must be updated on each of the PECs that passes certification Response Time (Pharmacy Only) Contractor shall use commercially reasonable efforts to: Respond by telephone to any report of a malfunction requiring repair within one hour of notification. Provide on-site support within 24 hours of notification unless prevented by unforeseen circumstances 3. Laboratory Equipment Certification: Perform annual certification of two (2) Biological Safety Cabinets in accordance with the following standards and per manufacturer specifications: NSF / ANSI 49 (Biological Safety Cabinets) IEST-RP-CC034.3 (HEPA Filter Leak Testing) Inventory. Equipment Name Model Serial Location (Campus / Room/ EE#) Biological Safety Cabinet Class II, Type A/B3 L1 Baker B40-112 SP-31653 CP / C-114 / 33193 Biological Safety Cabinet Class II, Type A/B3 L2 Baker B40-112 SP-31652 CP / C-114 / 33194 4. Research Equipment Perform annual certification of two (2) Fume Hoods in accordance with the following standards and per manufacturer specifications: ANSI/ASHRAE STANDARD 110-2016 Inventory Equipment Name Model Serial Location (Campus / Room/ EE#) FUME HOOD WORKSTATION- L10 MB100 MB100LOO1 CP / E-40 / 56965 FUME HOOD - L13 LOC SCIENTIFIC UNK CP / E-40 5. Dental/Prosthetics Equipment Perform annual certification of (1) Fume Hoods in accordance with the following standards and per manufacturer specifications: ANSI/ASHRAE STANDARD 110-2016 Inventory Equipment Name Model Serial Location (Campus / Room/ EE#) FUME HOOD SAS UNK CP / Dental Suite Reporting Contractor shall provide a written report of all testing and certification results, no later than seven (7) business days following completion of all work (except for viable sampling results). Contractor shall include Summary tables listing all rooms or areas tested and the acceptable limits, actual readings and indication of testing results (e.g., pass/fail) for the designated testing criteria for compliance. 6. Travel and Related Expenses Contractor shall be responsible for its service-related trip expenses including round trip travel, mileage, and overnight living expenses. 7. Title to Equipment Contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. 9. Utilities Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) which are available and required for any service performed under this contract. 10. Access to Equipment Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. 11. Technical Support Technical support shall be made available from the Contractor to Hudson Valley VA HCS 24/7, 365 days a year via telephone. 13. Parts and Materials All compensation for parts and materials is included in contract price. 14. Parts/Supplies Quality Parts and Supplies provided under this contract shall be new OEM parts. 15. Field Service Reports Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR). 16. Place of Performance. Hudson Valley VA Healthcare System Castle Point Campus 41 Castle Point Road, Wappinger Falls, NY 12590 Montrose Campus 2094 Albany Post Road Montrose, NY 10548 17. Estimated Period of Performance: 2/15/2022-02/14/2023 Base plus four (4) provisional option years. Attch: Montrose Campus Pharmacy Layout Castle Point Campus Pharmacy Layout Montrose Campus Pharmacy layout Castle Point Campus Pharmacy layout (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Jun 2021) Solicitation number for this requirement as 36C24222Q0296. The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.216-1 Type of Contract (APR 1984) 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: (1) Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the SOW. a) Technical Proficiency: Contractor shall submit a proposal that demonstrates its understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. Contractor shall include names of key personnel for prime and subcontractors. Contractor shall provide an anticipated proposed schedule to perform work required on this SOW. b) Contractor Experience: The offeror shall provide 3-5 instances of past experience of similar scope within the past 5 years. The contractor shall be a firm regularly engaged in in CETA certification as described in this Statement of Work. c) Certifications: The offeror shall be CETA certified. 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. (2) Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price: The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 20201) applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) a) Within 30 days; written notice of its intent to extend at least 60 days; c) shall not exceed 5 years 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.203-70 Commercial Advertising. - 852.211-70 Equipment Operation and Maintenance Manuals. - 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2020), (DEVIATION) - 852.219-76 Subcontracting Plans Monitoring and Compliance (JUL 2018) - 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (SEP 2021) (DEVIATION) - 852.232-72 Electronic Submission of Payment Requests - 852.233-70 Protest Content/Alternative Dispute Resolution - 852.233-71 Alternate Protest Procedure - 852.270-1 Representatives of Contracting Officers. - 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) - 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (Aug 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 23460 Monetary Wage-Fringe Benefits: $35.45 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Evelyn Peguero at Evelyn.Peguero@va.gov . This is a Total Service-Disabled Veteran-Owned Small Business Set Aside for USP Compliant Pharmacy Certification & Lab BSC Fume Hood Certification Services as defined herein. The government intends to award a contract 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 4:00pm on 01/28/2022 at Evelyn.Peguero@va.gov . Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 12:00am on 1/24/2022. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Evelyn Peguero at Evelyn.Peguero@va.gov . All communication shall have RFQ number and requirement title in the subject line. Point of Contact Evelyn Peguero, Contract Specialist Evelyn.Peguero@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2189e0faca6b4b01b303b90255991790/view)
 
Place of Performance
Address: VA Hudson Valley Health Care System 2094 Albany Post Road, Montrose, NY 10548, USA
Zip Code: 10548
Country: USA
 
Record
SN06221906-F 20220123/220121230026 (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.