SOLICITATION NOTICE
Q -- BI-ANNUAL CERTIFICATION AND MONTHLY PHARMACY STERILE SAMPLING
- Notice Date
- 8/11/2020 1:17:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24920Q0367
- Response Due
- 9/4/2020 8:00:00 AM
- Archive Date
- 10/04/2020
- Point of Contact
- Christina Lawrence, Contracting Specialist, Phone: 615-225-3426
- E-Mail Address
-
christina.lawrence2@va.gov
(christina.lawrence2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Page 18 of 65 Page 2 of 10 Description 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, 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 Effective 06-05-2020. This solicitation is for Small Business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380, with a small business size standard of $16.5 million. The FSC/PSC is Q301. The Nashville VA Medical Center and Alvin C. York VAMC is seeking bi-annual certification and monthly pharmacy sterile compounding area viable sampling. All interested companies shall provide quotations for the following: Item Number Description Contract Period Quantity Unit of Measure Price 0001 AIR SAMPLES - QTY 10 - MURFREESEBORO CAMPUS Base 10 MO $ 0002 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Base 10 MO $ 0003 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Base 10 MO $ 0004 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Base 10 MO $ 0005 ISOLATORS - QTY 3 - MURFREESBORO Base 2 MO $ 0006 HEPA FILTERS - QTY 5 - MURFREESBORO CAMPUS Base 2 MO $ 0007 ROOM'S PC/RAER/PRESSURE - QTY 5 - MURFREESBORO CAMPUS Base 2 MO $ 0008 AIR SAMPLES - QTY 10 - MURFREESBORO CAMPUS Base 2 MO $ 0009 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Base 2 MO $ 0010 LFCB - QTY 1 - MURFREESBORO CAMPUS Base 2 MO $ 0011 HD STORAGE RAER - QTY 1 - MURFREESBORO CAMPUS Base 2 MO $ 0012 HD STORAGE ROOM PRESSURE - QTY 1 - MURFREESBORO CAMPUS Base 2 MO $ 0013 ISOLATORS - QTY 4 - NASHVILLE CAMPUS Base 2 MO $ 0014 HEPA FILTERS - QTY 6 - NASHVILLE CAMPUS Base 2 MO $ 0015 ROOM'S PC/RAER/PRESSURE - QTY 6 - NASHVILLE CAMPUS Base 2 MO $ 0016 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Base 2 MO $ 0017 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Base 2 MO $ 0018 BSC - QTY 1 - NASHVILLE CAMPUS Base 2 MO $ 0019 LFCB - QTY 1 - NASHVILLE CAMPUS Base 2 MO $ 0020 PASS THROUGHS - QTY 4 - NASHVILLE CAMPUS Base 2 MO $ 0021 HD STORAGE RAER - QTY 1 - NASHVILLE CAMPUS Base 2 MO $ 0022 HD STORAGE ROOM PRESSURE - QTY 1 - NASHVILLE CAMPUS Base 2 MO $ 1001 AIR SAMPLES - QTY 10 - MURFREESEBORO CAMPUS Option 1 10 MO $ 1002 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Option 1 10 MO $ 1003 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 1 10 MO $ 1004 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 1 10 MO $ 1005 ISOLATORS - QTY 3 - MURFREESBORO Option 1 2 MO $ 1006 HEPA FILTERS - QTY 5 - MURFREESBORO Option 1 2 MO $ 1007 ROOM'S PC/RAER/PRESSURE - QTY 5 Murfreesboro Option 1 2 MO $ 1008 AIR SAMPLES - QTY 10 - MURFREESBORO Option 1 2 MO $ 1009 SURFACE SAMPLES - QTY 13 -MURFREESBORO CAMPUS Option 1 2 MO $ 1010 LFCB - QTY 1 - MURFREESBORO CAMPUS Option 1 2 MO $ 1011 HD STORAGE ROOM PRESSURE - QTY 1 MURFREESBORO CAMPUS Option 1 2 MO $ 1012 HD STORAGE ROOM PRESSURE - QTY 1 MURFREESBORO CAMPUS Option 1 2 MO $ 1013 ISOLATORS - QTY 4 - NASHVILLE CAMPUS Option 1 2 MO $ 1014 HEPA FILTERS - QTY 6 - NASHVILLE CAMPUS Option 1 2 MO $ 1015 ROOM'S PC/RAER/PRESSURE - QTY 6 -NASHVILLE CAMPUS Option 1 2 MO $ 1016 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 1 2 MO $ 1017 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 1 2 MO $ 1018 BSC - QTY 1 - NASHVILLE CAMPUS Option 1 2 MO $ 1019 LFCB - QTY 1 - NASHVILLE CAMPUS Option 1 2 MO $ 1020 PASS THROUGHS - QTY 4 - NASHVILLE CAMPUS Option 1 2 MO $ 1021 HD STORAGE RAER - QTY 1 - NASHVILLE CAMPUS Option 1 2 MO $ 1022 HD STORAGE ROOM PRESSURE - QTY 1 - NASHVILLE CAMPUS Option 1 2 MO $ 2001 AIR SAMPLES - QTY 10 - MURFREESEBORO CAMPUS Option 2 10 MO $ 2002 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Option 2 10 MO $ 2003 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 2 10 MO $ 2004 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 2 10 MO $ 2005 ISOLATORS - QTY 3 - MURFREESBORO Option 2 2 MO $ 2006 HEPA FILTERS - QTY 5 - MURFREESBORO Option 2 2 MO $ 2007 ROOM'S PC/RAER/PRESSURE - QTY 5 Murfreesboro Option 2 2 MO $ 2008 AIR SAMPLES - QTY 10 - MURFREESBORO Option 2 2 MO $ 2009 SURFACE SAMPLES - QTY 13 -MURFREESBORO CAMPUS Option 2 2 MO $ 2010 LFCB - QTY 1 - MURFREESBORO CAMPUS Option 2 2 MO $ 2011 HD STORAGE RAER - QTY 1 MURFREESBORO CAMPUS Option 2 2 MO $ 2012 HD STORAGE ROOM PRESSURE - QTY 1 MURFREESBORO CAMPUS Option 2 2 MO $ 2013 ISOLATORS - QTY 4 - NASHVILLE CAMPUS Option 2 2 MO $ 2014 HEPA FILTERS - QTY 6 - NASHVILLE CAMPUS Option 2 2 MO $ 2015 ROOM'S PC/RAER/PRESSURE - QTY 6 -NASHVILLE CAMPUS Option 2 2 MO $ 2016 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 2 2 MO $ 2017 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 2 2 MO $ 2018 BSC - QTY 1 - NASHVILLE CAMPUS Option 2 2 MO $ 2019 LFCB - QTY 1 - NASHVILLE CAMPUS Option 2 2 MO $ 2020 PASS THROUGHS - QTY 4 - NASHVILLE CAMPUS Option 2 2 MO $ 2021 HD STORAGE RAER - QTY 1 - NASHVILLE CAMPUS Option 2 2 MO $ 2022 HD STORAGE ROOM PRESSURE - QTY 1 - NASHVILLE CAMPUS Option 2 2 MO $ 3001 AIR SAMPLES - QTY 10 - MURFREESEBORO CAMPUS Option 3 10 MO $ 3002 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Option 3 10 MO $ 3003 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 3 10 MO $ 3004 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 3 10 MO $ 3005 ISOLATORS - QTY 3 - MURFREESBORO Option 3 2 MO $ 3006 HEPA FILTERS - QTY 5 - MURFREESBORO Option 3 2 MO $ 3007 ROOM'S PC/RAER/PRESSURE - QTY 5 Murfreesboro Option 3 2 MO $ 3008 AIR SAMPLES - QTY 10 - MURFREESBORO Option 3 2 MO $ 3009 SURFACE SAMPLES - QTY 13 -MURFREESBORO CAMPUS Option 3 2 MO $ 3010 LFCB - QTY 1 - MURFREESBORO CAMPUS Option 3 2 MO $ 3011 HD STORAGE RAER - QTY 1 MURFREESBORO CAMPUS Option 3 2 MO $ 3012 HD STORAGE ROOM PRESSURE - QTY 1 MURFREESBORO CAMPUS Option 3 2 MO $ 3013 ISOLATORS - QTY 4 - NASHVILLE CAMPUS Option 3 2 MO $ 3014 HEPA FILTERS - QTY 6 - NASHVILLE CAMPUS Option 3 2 MO $ 3015 ROOM'S PC/RAER/PRESSURE - QTY 6 -NASHVILLE CAMPUS Option 3 2 MO $ 3016 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 3 2 MO $ 3017 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 3 2 MO $ 3018 BSC - QTY 1 - NASHVILLE CAMPUS Option 3 2 MO $ 3019 LFCB - QTY 1 - NASHVILLE CAMPUS Option 3 2 MO $ 3020 PASS THROUGHS - QTY 4 - NASHVILLE CAMPUS Option 3 2 MO $ 3021 HD STORAGE RAER - QTY 1 - NASHVILLE CAMPUS Option 3 2 MO $ 3022 HD STORAGE ROOM PRESSURE - QTY 1 - NASHVILLE CAMPUS Option 3 2 MO $ 4001 AIR SAMPLES - QTY 10 - MURFREESEBORO CAMPUS Option 4 10 MO $ 4002 SURFACE SAMPLES - QTY 13 - MURFREESBORO CAMPUS Option 4 10 MO $ 4003 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 4 10 MO $ 4004 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 4 10 MO $ 4005 ISOLATORS - QTY 3 - MURFREESBORO Option 4 2 MO $ 4006 HEPA FILTERS - QTY 5 - MURFREESBORO Option 4 2 MO $ 4007 ROOM'S PC/RAER/PRESSURE - QTY 5 Murfreesboro Option 4 2 MO $ 4008 AIR SAMPLES - QTY 10 - MURFREESBORO Option 4 2 MO $ 4009 SURFACE SAMPLES - QTY 13 -MURFREESBORO CAMPUS Option 4 2 MO $ 4010 LFCB - QTY 1 - MURFREESBORO CAMPUS Option 4 2 MO $ 4011 HD STORAGE RAER - QTY 1 MURFREESBORO CAMPUS Option 4 2 MO $ 4012 HD STORAGE ROOM PRESSURE - QTY 1 MURFREESBORO CAMPUS Option 4 2 MO $ 4013 ISOLATORS - QTY 4 - NASHVILLE CAMPUS Option 4 2 MO $ 4014 HEPA FILTERS - QTY 6 - NASHVILLE CAMPUS Option 4 2 MO $ 4015 ROOM'S PC/RAER/PRESSURE - QTY 6 -NASHVILLE CAMPUS Option 4 2 MO $ 4016 AIR SAMPLES - QTY 13 - NASHVILLE CAMPUS Option 4 2 MO $ 4017 SURFACE SAMPLES - QTY 17 - NASHVILLE CAMPUS Option 4 2 MO $ 4018 BSC - QTY 1 - NASHVILLE CAMPUS Option 4 2 MO $ 4019 LFCB - QTY 1 - NASHVILLE CAMPUS Option 4 2 MO $ 4020 PASS THROUGHS - QTY 4 - NASHVILLE CAMPUS Option 4 2 MO $ 4021 HD STORAGE RAER - QTY 1 - NASHVILLE CAMPUS Option 4 2 MO $ 4022 HD STORAGE ROOM PRESSURE - QTY 1 - NASHVILLE CAMPUS Option 4 2 MO $ POP Begins POP Ends Total Cost per year Base Year October 1, 2020 September 20, 2021 $ Option Year One October 1, 2021 September 20, 2022 $ Option Year Two October 1, 2022 September 20, 2023 $ Option Year Three October 1, 2023 September 20, 2024 $ Option Year Four October 1, 2024 September 20, 2025 $ Title of Project: Pharmacy Bi-annual Certification and Monthly Viable Surface and Viable Air Testing for ISO/USP regulated sterile compounding areas and equipment within the Department of Pharmacy. Scope of Work: The contractor shall provide: Bi-annual certification of all primary and secondary engineering controls in accordance with the most current CETA Certification guidelines (CAG 000 through CAG-010-2011 or most current version). This includes all hazardous and non-hazardous buffer rooms, anterooms, negative pressure storage rooms and primary engineering controls. For this testing the contractor shall provide: Viable air sampling with genus (and species if available) identification if colony forming units (cfus) are found Viable surface sampling with genus identification (and species if available) if cfus are found Primary engineering control certifications including video smoke studies Secondary engineering control certifications including air changes, pressures and any other CETA required tests HEPA filter integrity testing Provide a preliminary report at the time of certification testing completion, a viable sampling results report no later than 12 business days after testing completed, and a comprehensive electronic report no later than 45 business days after testing is completed. All above services and other items (ie. per diem, travel etc.) billed in an itemized fashion and separately for each campus Monthly environmental sampling, including viable surface and air microbiologic testing in all ISO-classified areas, including all TVHS Pharmacy primary and secondary engineering controls in accordance with the most current CETA Certification guidelines: Viable air sampling with genus (and species if available) identification if cfus are found Viable surface sampling with genus identification (and species if available) if cfus are found All above services and other items (ie. per diem, travel etc.) billed in an itemized fashion and separately for each campus Provide a timely electronic report no later than 12 business days after testing is completed. Report shall include the cfus with genus identification (and species if available, locations of samples and recommendations for remediation. Background: VA TVHS seeks a USP 797 Clean Room CETA-Certified contractor for the purpose of maintenance of VA TVHS Pharmacy Service s compliance with USP 797/800 requirements and to provide a second layer of oversight over internal processes. Performance Period: Base Year: October 1 2020 --September 30 2021 Option Year One: October 1 2021 --September 30 2022 Option Year Two: October 1 2022 --September 30 2023 Option Year Three: October 1 2023 --September 30 2024 Option Year Four: October 1 2024 --September 30 2025 Hours of work: Work required in the performance of the contract shall be performed during hours agreed upon between the Contractor and TVHS Pharmacy Supervisors. Type of Contract Firm Fixed Price GENERAL REQUIREMENTS Sampling shall be scheduled with the COR and a TVHS Pharmacy Compound Sterile Products Supervisor a minimum of three (3) working days in advance. Close coordination with the COR and Pharmacy Compound Sterile Products Supervisor is necessary. Contractor will be responsible for ensuring all environmental samplings is completed monthly for all areas at both Nashville and Murfreesboro campuses. Any work requiring decontamination of Equipment/Components shall be performed per manufacturer instructions and guidelines and in conjunction with the COR on the Contract. Contractor shall follow the TVHS sterile compounding procedures for garbing of PPE, handwashing, cleaning of equipment entering the sterile compounding ISO regulated area and any other new or existing procedures as directed by the pharmacy supervisor. Calibration/Certification Procedures: Certifiers Instrument Calibration: Certificates of Calibration substantiating NIST (National Institute of Standards & Technology) traceability annual compliance with requirements, and minimum sensitivities of instruments used in conducting testing in accordance with national Sanitation Standard No. 49; and ISO Standard 146447; or alternate standards as identified by the contractor. Place of Performance/Place of Delivery Alvin C. York Medical Center 3400 Lebanon Rd, Murfreesboro, Tennessee 37129 Nashville Medical Center 1310 24th Avenue South, Nashville, Tennessee 37212 REPORTING REQUIREMENTS Service personnel shall sign in and out at Nashville and Murfreesboro in accordance with facility policy on Contractors. Failure to adhere to the reporting procedures may be cause for delay of payment for services performed. At the conclusion of each monthly sampling, a full report shall be submitted to both Engineering Service and Pharmacy Service indicating the findings and recommendations (if applicable). CONTRACTOR EXPERIENCE REQUIREMENTS Certified Environmental Microbiology Laboratory - ISO/IEC 17025:2005 Accreditation The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; The contractor will not have access to the VA Network, or any VA information.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5be1e14703894be4831c42c025114ce3/view)
- Place of Performance
- Address: Tennessee Valley Healthcare System 1310 24th Ave S Nashville, TN 37212 Alvin C. York VAMC, 3400 Lebanon Rd Murfreesboro, TN 37085
- Record
- SN05752925-F 20200813/200811230145 (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 |