Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

S -- Providence VAMC Pharmacy Cleanroom Cleaning

Notice Date
8/14/2020 7:18:17 AM
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120Q0338
 
Response Due
8/28/2020 1:30:00 PM
 
Archive Date
09/27/2020
 
Point of Contact
Cory Dionne, Cory Dionne, Phone: 860-666-6951 X 8341
 
E-Mail Address
cory.dionne@va.gov
(cory.dionne@va.gov)
 
Awardee
null
 
Description
1. INTRODUCTION: This pre-solicitation is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as quotes, nor will any award be incurred by interested parties in responding to this announcement. NCO 1 Contracting is seeking interested sources for a future solicitation and procurement. At this time, no solicitation exists. 2. BACKGROUND: VAMC Providence has a requirement for sterile cleaning/disinfecting services and environmental monitoring services for its Pharmacy compounding cleanroom suite. Services will be accomplished in accordance with USP 797. Weekly (once a week during normal business hours) Empty and wash all trash receptacles, replace liners and remove to designated areas. Clean and sanitize ceilings with Vesphene (or other USP 797 acceptable agent) using clean room mopping system. Clean and sanitize walls with Vesphene (or other USP 797 acceptable agent) using clean room mopping system. Clean and sanitize floors with Vesphene (or other USP 797 acceptable agent) using clean room mopping system. Clean and sanitize designated surfaces including benches, carts and hoods with IPA and cleanroom wipes. (According to USP 797 Guidelines) Clean all doors, glass and exterior of equipment with IPA and D/I Water. (According to USP 797 Guidelines) Wipe down inside of pass thru, shelves and bins with IPA and cleanroom wipes. (According to USP 797 Guidelines) Monthly Cleaning of ceilings, walls and floors will be done with Spoklenz (or other USP 797 acceptable agent). This will be done once per month during a regular weekly cleaning instead of using Vesphene (or other USP 797 acceptable agent). Cleaning includes the CAI in Rm 238. All cleaning is to be performed by trained personnel using contractor s equipment and supplies. Contractor will mix all chemicals fresh on site and utilize monthly cleaning logbook kept on site. Contractor may use a bucket-less mopping system that eliminates the contamination that occurs with a 2 or 3 bucket mopping system. However, a single bucket with cleanroom spec single use mop heads is also acceptable. All specifications are required by VA Pharmacy policy and USP 797 clean room regulations. Note: if it is determined that additional cleaning and follow-up environmental testing is needed due to results of environmental monitoring, notify the COR, provide an estimate for the additional scope and do not proceed without Contracting Officer approval. Location: Multiple Pharmacy Locations on campus Providence VAMC 830 Chalkstone Avenue Providence, RI 02908-4734 3. OBJECTIVES: VISN 1 Healthcare System is looking for small business concerns, especially Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) contractors that can provide the requested weekly/monthly sterile cleaning/disinfecting service and environmental monitoring services for Providence VAMC within VISN 1. All capable companies are encouraged to respond. The current primary NAICS code is 561720 (Janitorial Services Disinfecting Services), which has a size standard of $19.5 Million. 4. SUBMITTAL INFORMATION: Contractors having the skills and capabilities necessary to perform the stated requirements should submit a response as detailed below. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill the requirements above. Interested parties shall furnish the following minimum information: 1. Company name and address ensure your company is registered in the System for Award Management (SAM) at www.sam.gov. 2. Company point of contact name, telephone number, and email address. 3. Evidence that you are a small business (if applicable): Small Business ensure you are listed as small business in SAM, reps and certifications. Provide the NAICS codes you are listed as a small business under. SDVOSB or VOSB (or in the process of certification) ensure you are certified in the veteran database at www.vetbiz.gov. Provide evidence of certification. 4. If your company holds a Federal Supply Schedule (FSS) Contract, list the Contract Number and SINs. 5. Capabilities/Qualifications: A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. Description of the capabilities/qualifications/skills your company possesses to perform services described above. 6. Past Experience: Brief summary of the company history relative to similar requirements. Response may provide information on a maximum of three similar projects for which the responder was a prime or subcontractor. It is requested that the above information be provided no later than August 28, 2020 at 4:30PM EDT. Responses should be emailed to the contracting specialist at Cory.Dionne@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f7fea2e51dc4da2b04dfb4bcb5b014c/view)
 
Place of Performance
Address: Providence VAMC 830 Chalkstone Avenue, Providence 02908-4734, USA
Zip Code: 02908-4734
Country: USA
 
Record
SN05758470-F 20200816/200814230152 (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  © 1994-2020, Loren Data Corp.