SOURCES SOUGHT
W -- Rental of Mobile Pharmacy Trailer
- Notice Date
- 4/13/2020 8:10:29 AM
- Notice Type
- Sources Sought
- NAICS
- 532120
— Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0629
- Response Due
- 4/17/2020 12:00:00 AM
- Archive Date
- 05/17/2020
- Point of Contact
- Adrienne Brown adrienne.brown4@va.gov
- E-Mail Address
-
adrienne.brown4@va.gov
(adrienne.brown4@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified businesses under NAICS 532120. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for RENTAL OF A MOBILE PHARMACY TRAILER. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) Are you currently registered in SAM and VIP? Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to Adrienne.brown4@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, April 17th at 09:00 AM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK Background. The sterile preparation of intravenous medications is a vital component of Inpatient Pharmacy services. The existing Inpatient Pharmacy is under construction to meet USP 797 and USP 800 standards. In the meantime, a mobile IV preparation trailer will be temporarily installed to fulfill the requirements of the hospital. The hospital currently has a trailer which is in use, however, due to delays in construction, a new package is required for submission for its extension. Scope. Lease of a USP 797 USP 800 compliant mobile IV preparation self-contained Trailer. This unit will be located at the disabled parking lot north of the main hospital of the VA Loma Linda Healthcare System (VALLHCS) facility. Specific Tasks. Task 1: Contractor Responsibilities: In addition to the other requirements contained herein or in other areas of the solicitation and/or resultant contract, the contractor shall be responsible for the following: Transporting the IV Preparation Trailer to the site location at the VA Loma Linda. Exterior dimensions of the IV Preparation Trailer size shall be between 8 and 12 wide and 50 and 57 long. Trailer shall contain A workroom for up to 2 workstations Non-hazardous anteroom Non-Hazardous IV preparation/buffer room Hazardous anteroom Hazardous IV preparation/buffer room All out of warranty maintenance and service of the Trailer and Equipment to include all preventative maintenance, service calls, transportation, parts, and labor provided via a maintenance agreement with the VALLHCS. All OEM Preventative Maintenance, licensures, inspection, adjustments, calibrations, shall be current with no lapses or pending discrepancies. Note: The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA. Mobile IV Preparation Trailer and Equipment shall remain in place during the duration of the contract. IV Preparation Trailer shall maintain proper temperature to ensure maximum operation, calibration, and care of equipment and to ensure staff comfort and medication viability. HVAC System to maintain IV Preparation Trailer environmental systems. System shall maintain ambient temperature between 15-25� C for proper medication storage. 24-Hour per Day, 7 Days per Week, telephone technical support (telephone technical support shall be provided within 1 hour of phone call being made). OEM on-site emergency repair service within 4 hours of notification during normal business operations (Monday through Friday, 8am 5pm Pacific Time). If the request is made on a weekend or holiday, the contractor shall begin repair services no later than the next work (duty) day (i.e. be onsite NLT 8am to start the repairs). The contractor s repair personnel shall maintain constant communication with the COR concerning the status of the repairs so that the COR can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided via a maintenance agreement. OEM on-site non-emergency service within 24 hours of notification during normal business operations (Monday through Friday, 8am 5pm Pacific Time). The contractor s repair personnel shall maintain constant communication with the COR concerning the status of the repairs so that the COR can notify other medical personnel of potential downtime affecting patient care. All repairs shall be conducted during normal business hours (8am to 5pm Pacific Time) unless otherwise coordinated with the COR. These services (to include all travel, labor, per diem, parts, and equipment) shall be provided via a maintenance agreement. IV Preparation Trailer and Equipment Uptime (in-service) Rate of 95% during normal business hours of operations (which are Monday through Friday, 8am 5pm Pacific Time). Task 2: IV Preparation Trailer Capabilities/Requirements The IV Preparation trailer shall meet all USP 797/USP 800 requirements. There shall be pass throughs equipped with a HEPA filtration air purge between the workroom and the hazardous and non-hazardous buffer rooms. Provided shelving, casework and work surfaces shall be 300 series stainless steel Pharmacy staff will deactivate, decontaminate and clean all areas where hazardous drugs are handled and disinfect all sterile compounding areas daily. The ceiling, interior walls and floors of the interior spaces and the pass throughs may be affected. These surfaces shall have minimal seams and crevices and be able to withstand appropriate deactivation, decontamination, disinfecting and cleaning agents. Plumbing A stainless steel sink shall be available in each anteroom (2). Each station will also include an emergency eyewash and emergency shower or drench hose The trailer shall have a utility tap to receive water from a provided source. This tap shall receive water from a garden hose type connection. The trailer shall have a minimum 80 gallon on board fresh water tank The trailer shall have a minimum 100 gallon on board grey water tank that will provide storage for batch dumping and will support gravity draining. Power The contractor shall provide a step-down transformer for the Government provided power Contractor shall provide all necessary cabling to hook up the trailer and any necessary ADA cable ramps. Data The trailer shall be equipped with a patch panel with connections to the workroom and buffer rooms. Task 3: Workroom Capabilities/Requirements Filtration: ISO Class 8 Pressurization: Minimum 30 ACPH Minimum size/space Accommodate minimum 1 PC workstation/phone with min 2 (CAT5 min) data jacks and 2 power receptacles Be centralized as to be able to access the anterooms for the hazardous and non-hazardous anterooms and IV preparation rooms. Task 4: Non-Hazardous and Hazardous Anteroom Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Positive pressure with minimum 30 ACPH Minimum size/space: 4 x 4 x 7 H (ceiling) Contain casework for personal protective equipment (PPE) that must be donned by staff prior to entering the respective hazardous and nonhazardous IV preparation rooms Contain a bench for staff to sit while donning/doffing PPE Task 5: Non-Hazardous IV Preparation/Buffer Room Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Positive pressure with minimum 30 ACPH Minimum size/space: 13 x 8 x 7 H (ceiling) The room shall have 2 laminar or vertical flow hoods with a minimum work space dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall be ISO Class 5 and be positive pressure. Refrigerator: minimum 20 cubic foot capacity Contain rolling shelving for working stock. Shelving shall have lockable casters and have a minimum of 4 shelves. Task 6: Hazardous IV Preparation/Buffer Room Capabilities/Requirements Filtration: ISO Class 7 Pressurization: Negative pressure with minimum 30 ACPH Minimum size/space: 13 x 8 x 7 H (ceiling) The room shall have two Class 2 Biological Safety Cabinets with a minimum workspace dimension of 33 Wide x 22 Deep x 29 High for each cabinet. The hoods shall meet USP 800 requirements for the preparation of hazardous sterile IV preparations. They shall be ISO Class 5 and be negative pressure. Refrigerator: minimum 20 cubic foot capacity Contain rolling shelving for working stock. Shelving shall have lockable casters and have a minimum of 4 shelves. Task 2: Deliverables: Operations and Technical Support Manuals Performance Monitoring The contractor shall comply with the following: Provide Service Reports to the Contracting Officer Representative upon request. The VA reserves the right to request copies of all documentation relating to the equipment. Evidence of performance of recommended maintenance shall be provided by the contractor upon request from the VA. VA shall conduct as needed inspections. Security Requirements: Any hard drives that may or may not contain Patient Privacy Information (PII) remain the property of VA. CCTV with DVR capability to record 30 days of video to provide perimeter/interior security. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). VA to provide power connection adjacent to the parking space. VA to also provide CAT VI data ports in the same location. Other Pertinent Information or Special Considerations. None Risk Control IV Preparation Trailer and Equipment shall meet all Federal, State, and Local Fire and Safety requirements. Safety and Warning Systems with Visual and Audible Alarms. Smoke Detectors and Fire Extinguishers. Emergency Lighting. Place of Performance. The mobile IV Preparation Trailer shall be located at VA Loma Linda Healthcare System facility, in the disabled parking lot north of the main hospital. Period of Performance. 6 months 1 year Delivery Schedule SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Monthly Status Report Contractor-Determined Format 2 Copies to COR; Letter Only to CO Monthly, on 5th Workday 2 Commissioning Report Contractor-Determined Format SOW Task # 2 30 days 3 Continue as needed to document all deliverables * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/acc4c96afd9041cab5f01bf54ff4b610/view)
- Place of Performance
- Address: Department of Veteran Affairs;VA Loma Linda Healthcare System;11201 Benton Street;Bldg 1C05;Loma Linda, CA 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05619626-F 20200415/200413230149 (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 |