SOURCES SOUGHT
J -- Biological Safety Cabinet Installation/Certification
- Notice Date
- 7/5/2023 1:45:50 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0654
- Response Due
- 7/12/2023 1:00:00 PM
- Archive Date
- 10/10/2023
- Point of Contact
- Orrellius Williams, Contract Specialist, Phone: 918-252-8812
- E-Mail Address
-
orrellius.williams@va.gov
(orrellius.williams@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- CACI to BSC AII Exchange and Room Certification Oklahoma City VA Medical Center BRIEF SCOPE OF WORK (This is for information only) Background: The Oklahoma City Medical Center (OKCVAMC) Pharmacy currently has a contingency hazardous drug compounding room (C-SEC) in our research area. Our current primary engineering control device is a CACI. OKCVAMC has purchased a BSC AII hood to replace our CACI. This statement of work is to establish a contract for the replacement of our CACI, install of the BSC AII hood, decommission of the old CACI, and Ceta Certify both room and PEC to resume compounding of hazardous drugs. Work will be completed in such a manner as to be compliant with the new 2023 USP 800 standards for engineering controls. Project Scope: To replace compounding equipment and recertify the PEC and SEC. The C&A requirements do not apply. Security package not required as this equipment is not on VA network. Specific Tasks: Relocate and install a new LabGard ES Nuaire Class II A2 BSC into the Research Hazardous Drug Sterile Compounding Room. Relocation includes moving the equipment from loading dock to compounding room, unboxing, setup of equipment, and connection of the exhaust unit to the HVAC. The new hood will be deactivated, decontaminated, cleaned, disinfected and ready for certification. Decommission of the CACI: Disconnecting the CACI from the HVAC system, removal of the CACI from the facility, to include any cleaning, decontaminating, deconstruction, and disposal of the CACI according to regulations. Certification: Room will be certified by a CETA approved certifier as required by USP 797 and 800. This will include adjustment of HVAC or other system parameters to achieve required negative pressure, air exhanges/hr, external venting, and an ISO class 7 rating, and any other engineering control listed in USP 800. Certification will include any surface or air sampling for bacteria or fungi with results presented according to USP 800 criteria. Vendor will provide all equipment, supplies, and materials required for certification. Certification results will be provided by paper and/or electronic format for future inspections and other required audits. Hood certification will include HEPA Air Filter leak test, smoke test (with video of results), and all other required elements to set up the new secondary engineering control. Failure of room or hood certification will require the vendor back on-site for adjustments and repeat sampling or testing as required for successful certification. Scope of project is complete when the Hazardous Compounding room (PEC) and Hood (SEC) are certified and ready for use. Vendor will work with VA Engineering or other staff as to coordinate movement in the hospital as to not detract from patient care and to ensure successful completing of the install. Facility Requirements: Primary and secondary engineering controls meet USP 797 and 800 standards. Security Requirements: No security requirements Government Furnished Equipment (GFE) and Government Furnished Information NA Specifications: The OKC VAMC service specifications are designed to outline all the Oklahoma City VAMC Pharmacy and Biomedical Engineering requirements. The service specifications are provided below: Services are as specified on the quote and this statement of work. The C&A requirements do not apply, and a Security Accreditation Package is not required. IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting. LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation. In order for you company s information to be counted in relation to this Market Research all questions below must be answered. Please communicate via e-mail to orrellius.williams@va.gov@va.gov by COB 07/12/2023 as to your company s interest and ability to perform service per this brief Scope of Work. If interested, please provide the following: 1. Please state your company s business size as related to NAICS code 811219. 2. As per the Limitations of Subcontracting: (see FAR 19.505) a. As Primary Contractor: what % of Total Contract Value will you retain? b. If using a Subcontractor: what % of Total Contract Value will go to them? 3. Please provide SAMs Unique Entity Identifier number 4. If you have an FSS/GSA contract that includes this service 5. Provide FSS/GSA contract number if applicable
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30eba69a4f924a528c71749e76c7d418/view)
- Place of Performance
- Address: Department of Veterans Affairs Oklahoma City VA Health Care System 921 North East 13th St., Oklahoma City, OK 73104, USA
- Zip Code: 73104
- Country: USA
- Zip Code: 73104
- Record
- SN06737448-F 20230707/230705230046 (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 |