Idaho Bids > Bid Detail

J066--Boise New Fume Hood Testing/PM

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159416339689154
Posted Date: Dec 13, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/7d19240bfa...
Follow
J066--Boise New Fume Hood Testing/PM
Active
Contract Opportunity
Notice ID
36C26024Q0155
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Dec 13, 2023 02:26 pm PST
  • Original Published Date: Dec 13, 2023 02:13 pm PST
  • Updated Response Date: Dec 22, 2023 03:00 pm PST
  • Original Response Date: Dec 22, 2023 03:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 01, 2024
  • Original Inactive Date: Jan 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Department of Veterans Affairs Boise VA Medical Center Boise , ID 83702
    USA
Description View Changes

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Fume and Biological Hood Service and Certification at the Boise VAMC. The work shall include the requirement to leak test each ceiling HEPA filter in the compounding area of Pharmacy (total of 5) during each semi-annual visit. The work shall include the CETA requirement to collect viable samples. The work shall include smoke test video results of the pharmacy provided to the VA after each certification visit. The contractor will provide a technician to the facility to train Pharmacy staff how to collect and process monthly surface samples within the Pharmacy contract period. Contract period shall be a base year and four option years. The NAICS Code assigned to this requirement is 541620 with a size standard of $19M. Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to `Craig Brown at craig.brown7@va.gov no later than 22 December 2023, 3PM Pacific. No telephone inquiries will be accepted. Contractor shall furnish all supervision, labor, travel, equipment, parts, and supplies to provide preventative maintenance services and certification on equipment and compounding rooms, located at the VA Medical Center, 500 West Fort Street, Boise, ID in accordance with the terms, conditions, provisions, specifications, and schedules of this proposal. Equipment is listed in the attached equipment list. Technicians who perform testing will be CETA-certified. The work shall include the requirement to leak test each ceiling HEPA filter in the compounding area of Pharmacy (total of 5) during each semi-annual visit. The work shall include the CETA requirement to collect viable samples. The work shall include smoke test video results of the pharmacy provided to the VA after each certification visit. The contractor will provide all sampling plates and shipping labels for the monthly surface sampling to be completed for the Pharmacy. The Facility will complete the sampling and ship the samples to the designated lab. A finalized report will be provided once all lab processing has been completed. The single sample plate method will be used per USP. The contractor will provide a technician to the facility to train Pharmacy staff how to collect and process monthly surface samples within the Pharmacy. The contractor will provide all sampling plates and shipping labels for monthly surface sampling to be completed monthly. The facility will complete the sampling and ship the samples to the designated lab. A finalized report will be provided once all lab processing has been completed. The contractor will use the single plate method per USP . All work will be documented in a field certification report with associated findings and recommendations once the work has been completed and lab results have been received. The final report will be signed by a certified industrial hygienist (CIH) and provided in pdf format. Contractor shall respond only to calls for quotes placed by the following VA personnel: Contracting Officer Contracting Officer s Technical Representative (COR) Chief or Assistant Chief, Facility Management Service Maintenance and Repair Supervisor (M&R supervisor) Supervisor for respective area where equipment is used. The Contractor does guarantee to the VA Medical Center that the Contractor will have available maintenance personnel and spare parts for all equipment for a period equal to the period of performance of this contract from the date of award through 30 September 2028. RESPONSES NEED TO INCLUDE THE FOLLOWING INFORMATION: Company name Address Socio-economic status (e.g., Service-Disabled Veteran Owned Small Business) Point of contact information, (name, phone number, and e-mail address). Unique Entity ID Capability statement highlighting ability to meet this requirement and if the services are available on a current GSA Federal Supply Schedule contract. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >