Description: |
|
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitationThe purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210, (Electronic and Precision Equipment Repair and Maintance) with a size standard $34 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Chemical Fume Hoods Maintenace West Haven VAMC?per the Performance Work Statement?below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 4:30 PM EST, 15 March 2023. All responses under this Sources Sought Notice must be emailed to david.valenzuela2@va.gov with RFQ 36C24123Q0454 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.Attachment 1Sources Sought WorksheetQUALIFICATION INFORMATION:Company / Institute Name: _______________________________________________________Address: ______________________________________________________________________Phone Number: ________________________________________________________________Point of Contact: _______________________________________________________________E-mail Address: ________________________________________________________________Unique Entity Identifier (UEI) #:?___________________________________________________CAGE Code: __________________________________________________________________SAM Registered: (Y / N)Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): ______________________________________________________________________________________________________________________________________________________________________________________________________________________________SOCIO-ECONOMIC STATUS:VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N)8(a): (Y / N)HUBZone: (Y / N)Economically Disadvantaged Women-Owned Small Business: (Y / N)Women-Owned Small Business: (Y / N)Small Business: (Y / N)NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.CAPABILITY STATEMENT:Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Attachment 2DRAFT PERFORMANCE WORK STATEMENTVeterans Affairs Connecticut Healthcare System ( VACTHCS)Service of Primary and Secondary Engineering ControlsSCOPE OF WORK:The Contractor shall furnish all labor, equipment, materials (including replacement parts), supplies, tools, transportation and travel, tools, and equipment necessary to perform all inspections, testing, repair and internal HEPA filter replacement, as required throughout the contract period at the VA Connecticut Healthcare System: West Haven and Newington divisions. The Contractor shall perform routine service within seventy-two (72) hours of a request for service from the Contracting Officer s Representative (COR) outside of the scheduled service, and within four (4) hours of an emergency request for service from the COR. No additional funding will be provided for travel or travel related expenses to the VAMC for service.Places of Performance:West Haven VAMC - 950 Campbell Avenue, West Haven, CT 06516Newington VAMC - 555 Willard Avenue, Newington, CT 06111The VAMC uses a variety of engineering ventilation controls to maintain employee exposures to airborne biologic, chemical and radiological hazardous air contaminants below applicable regulatory limits. These include biological safety cabinets (Class 1 BSCs, Class II BSCs), transfer stations, dump stations, grossing stations, ducted and ductless chemical fume hoods, HEPA carts, and custom local exhaust ventilation devices ( capture hoods ). In addition, the In-Patient Pharmacy USP 797 Sterile Cleanroom Facilities also uses Class I and Class II BSCs, Compounding Aseptic Isolators (CAIs) for non-hazardous drugs, Compounding Aseptic Containment Isolators(CACIs) for hazardous drugs (as defined by NIOSH and OSHA), and Laminar Airflow Work Benches (LAFW) to maintain I.V. sterility during preparation. For a list of the relevant items, see Attachment A. The number of items in service may change throughout the contract period. The numbers and types of devices in Attachment A are the Government's best estimate of the number and type expected to be serviced by the contract. The Government reserves the right to delete or add units as required. Equipment that needs to be retested due to repairs or filter change out shall be covered under this contract at the contract rate.Viable organism sampling that needs to be repeated due to failures shall be covered undert his contract at the contract rate.If the numbers of listed items will be exceeded, no work is authorized without the prior written approval of the Contracting Officer (CO) to account for it. Work items or services not already included in this PWS, but relevant to it, may be ordered by the CO without further competition. Only the CO has the right to obligate funding or order work not expressly detailed in this PWS. The Government shall not be held responsible for payment for any work performed by the contractor that is outside the scope of this contract or without the prior approval of the CO.CONTRACTOR QUALIFICATIONS: All inspections, testing and certifications must be performed by properly trained and appropriatelyaccredited on-site field certification technicians. These certified technicians must be trained on all of the types of equipment listed in Attachment A of this PWS. Documentation shall be provided to the VA certifying that each field certification technician has been trained and certified in the work required by this PWS as follows:For BSC testing and certification, each on-site field certification technician must hold a current certification as a NSF Class II Biosafety Cabinet Field Certifier. Current certification for a specific individual can be confirmed at: http://info.nsf.org/Certified/Biosafety-Certifier/ [NSF-accredited certifier]For fume hood testing and certification, within twelve (12) months of award of the base year of this contract, each on-site certification technician must hold a current certification as a Registered Fume Hood Certified Professional [note: actual name may change] by the Controlled Environmental Testing Association (CETA) National Board of Testing (CNBT).For USP 797 Clean Room testing and certification, each on-site certification technician must hold a current certification as a Registered Cleanroom Certified Professional for Sterile Compounding Facilities by the CETA CNBT. Current certification for a specific individual can be confirmed at: https://www.cetainternational.org/ceta-cnbt-credentialed-professionals-directory-main#/[CETA-accredited certifier / certifier accreditation program]Note: A Certified Industrial Hygienist (CIH) credential does not waive any of the above certification requirements.The Contractor shall submit their standard operating procedures (SoPs) for testing, troubleshooting, repair and certification including documentation of certification equipment calibration to National Institute of Standards and Technology (NIST)-traceable primary standards, a safety plan to include job hazard analysis, respiratory protection program, hazard communication and safety data sheets (SDS) for all chemical products that will be used during the course of this contract. Special requirement: The Contractor shall submit a specific SOP for changing out biologically contaminated HEPA filters in Class I and Class II BSCs, and a specific SOP for changing out HEPA filters contaminated with hazardous drugs in In-Patient Pharmacy Class I and Class II BSCs, CAIs, CACIs, C-SCAs, and laminar flow hoodPERFORMANCE REQUIREMENTS:The VA Connecticut Healthcare System has Class I and Class II BSCs) in Pathology & Laboratory Medicine Service (P&LMS) and Research & Development (R&D) Service, that require NSF/ANSI 49 certification; Class II BSCs, compounding aseptic isolators (CAIs), compounding aseptic containment isolators (CACIs), laminar airflow workbenches (LAFWs) and containment segregated compounding areas (C-SCAs) in Pharmacy Service areas that require CETA CAG-003 certification. , , ducted and ductless chemical fume hoods in P&LMS and R&D Service that require ASHRE 110 certification, custom local exhaust ventilation devices ( capture hoods ) in the P&LMS Histology Lab and a downdraft autopsy table in the P&LMS Morgue that require certification per manufacturers specifications, In-Patient Pharmacy USP 797 clean rooms (hazardous drugs ( chemo )/ nonhazardous drugs/soft wall), IV Rooms (nonhazardous drugs), and ante rooms that require USP 797 and/or USP 800 testing and certification. The contractor shall certify BSCs, ducted and ductless fume hoods, CAIs, CACIs C-SCAs, LAFW and other equipment in accordance with the most current versions of the following reference standards: American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE) 110-2016 Methods of Testing Performance of Laboratory Fume HoodsControlled Environmental Testing Association (CETA) Documents Referenced by USP 241-NETWORK CONTRACT OFFICE 01 (36C241)
Department of Veterans Affairs Medical Center
04330
ONE VA CENTER TOGUS ME 04330
David Valenzuela, Contract Specialist, Phone 603-624-4366, Email david.valenzuela2@va.gov
|