Mississippi Bids > Bid Detail

H999--Certification of Biological Safety Cabinets and Chemical Fume Hoods Jackson, MS

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159729931175207
Posted Date: Dec 16, 2022
Due Date: Dec 21, 2022
Solicitation No: 36C25623Q0231
Source: https://sam.gov/opp/874eca1f81...
Follow
H999--Certification of Biological Safety Cabinets and Chemical Fume Hoods Jackson, MS
Active
Contract Opportunity
Notice ID
36C25623Q0231
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Dec 16, 2022 08:05 am CST
  • Original Response Date: Dec 21, 2022 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 26, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    1500 E. Woodrow WIlson Dr. Jackson , MS 39216
    USA
Description
Sources Sought Notice:
DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to Jennifer.adams7@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS CODE: 541990 All Other professional, Scientific, and Technical Service. PRODUCT/SERVICE CODE: H999, Other Quality Control, Testing, and Inspection - Miscellaneous. The size standard is $17.0 M. Responses to this sources sought 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 on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. Please read the PWS carefully before responding to this RFI.

Period of Performance: Base plus Four (4) Option Years.

SPECIFIED REQUIREMENT: Network Contracting Office 16 (NCO16) is seeking sources for a potential contractor to perform the following type of service for Certification of Biological Safety Cabinets and Chemical Fume Hoods.

STATEMENT OF WORK
B.1 EQUIPMENT:
Biological Safety Cabinets (BSC), Chemical Fume Hoods (CFH) and Grossing Hoods tested and certified for the Department of Veterans Affairs Medical Center, G. V. Montgomery Veterans Affairs Medical Center, Pathology and Laboratory Medicine Service (113), 1500 East Woodrow Wilson Dr., Jackson, MS 39216.
Equipment:
1) BSC NUAIRE, Model: NU-425-300, S/N: 23742WX /23742WX, Location: F-56, EE#12452
2) BSC NUAIRE, Model: NU-407-600, S/N: 51717XT/51717XT, Location: F-29, EE#15021
3) BSC BAKER, Model: SG603A, S/N: 96213 /96213, Location: F-29, EE#46600
4) GROSSING HOOD SHANDON LIPSHAW, Model: 955P0804031, S/N: 6640-5372/6640-
5372, Location: C-22, EE#17143
5) GROSSING HOOD MOPEC, Model: MB600, S/N: MB600L17002/MB600L17002,
Location: C-50, EE#1701364
6) Chemical Fume Hood, UCAD, Model: AIR SCIENCE PURAIR, S/N: P63723/P63723,
Location: F-55, EE#49148
Performance Period: The Period of Performance is a base period and four (4) twelve (12) month option periods. The base period may be less than 12 full months.

Base Period: Date of Award September 30, 2023
Option Period 1: October 1, 2023 September 30, 2024
Option Period 2: October 1, 2024 September 30, 2025
Option Period 3: October 1, 2025 September 30, 2026
Option Period 4: October 1, 2026 September 30, 2027

B.1.2 DEFINITIONS/ACRONYMS:
Biomedical Section Manager or designee.
CO - Contracting Officer.
COR - Contracting Officer Representative.
PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions.
FSE - Field Service Engineer. This is a person who is authorized by the contractor to perform maintenance, corrective and/or preventive services for the DVAMC or on the DVAMC premises.
ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and condition of the contract.
Acceptance Signature. VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR.
Authorization Signature. COR's signature; indicates COR accept work status as stated in ESR.
NFPA National Fire Protection Association.
NSF National Sanitation Foundation
OSHA Occupational Safety and Health Administration.
JCAHO Joint Commission on Accreditation of Healthcare Organizations.
FDA Food and Drug Administration.
DVAMC Department of Veterans Affairs Medical Center.
Normal Working Hours Monday through Friday, 8:00 a.m. - 4:30 p.m., excluding weekends and Federal Holidays.
B.1.3 CONFORMANCE STANDARDS:
The contractor shall provide on request all standards, regulations, guidelines, etc. used to determine and ensure compliance with requirements for testing and certification.
Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, NSF, OSHA, CDRH, JCAHO, FDA, and manufacturer specifications.
B.1.4 HOURS OF WORK/COVERAGE:
Normal hours of work/coverage shall be Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding weekends and federal holidays. All testing, certification, and service/repairs will be performed during normal hours of work/coverage unless requested or approved by COR.
Federal Holidays observed by the DVAMC are: New Year s Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Memorial Day, Juneteenth, Thanksgiving Day, Independence Day, Christmas Day.

B.1.5 CERTIFICATION INSPECTION SERVICES:
The contractor shall provide certification inspection services to include all labor, travel, and testing necessary to certify the listed equipment in according to manufacturer s specifications. The contractor shall perform semi-annual certification inspections on each device in strict accordance with manufacturer's recommendations or National Sanitation Foundation (NSF) Standard Number 49 Annex F to be performed in the months of March and September on a day and time mutually agreeable between the contractor, the using service: Pathology and Laboratory Medicine Service, and Facility Management Section/Contracting Officer s Representative (COR). The scheduling of certification inspections will be coordinated between the contractor, the using service: Pathology and Laboratory Medicine Service, and Facility Management. The inspection is to be scheduled at least five (5) days in advance with the Facility Management/COR. Certification inspections will be performed in accordance with manufacturer s instructions and will include, as a minimum, the following:
Visual inspection;
Calibrations;
Operational and Performance checks;
Velocity Profile and Volume Tests
Airflow Smoke Patterns Test
Vibration Test
Noise Level Test
HEPA Filter Leak Test
Cleaning and lubrication;
Electrical checks; (if applicable);
Apply certification sticker;
Provide detail documentation of testing and certification.

B.1.6 AUTHORIZED SERVICES:
Only certification services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained.
B.1.7 PARTS:
Parts shall be included or covered in this contract. If the contractor furnishes any parts, the parts shall be OEM parts to meet up-time requirements (consumables are not covered). The contractor should have ready access to unique and/or high mortality OEM replacement parts. All parts supplied shall be compatible with existing equipment. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without written approval by the COR.
B.1.8 WARRANTY:
The contractor shall provide warranty on the integrity of workmanship, labor, parts, service, testing, and certification on the hoods. The warranty period shall be for 90 days after the certification.
B.1.9 SERVICE MANUALS:
The GV (Sonny) Montgomery VAMC shall not provide services manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as; operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO or COR upon request.
B.1.10 DOCUMENTATION/REPORTS:
The documentation will include detailed descriptions of the testing and certification procedures performed to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in B.1.3, Conformance Standards. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail:
Name of Contractor.
Name of FSE who performed services.
Contractor Service ESR Number/Log Number.
Date, Time (starting and ending), and Hours-On-Site for service call.
Description of Problem Reported by COR/User.
Identification of Equipment to be serviced: INV. ID number, Manufacturer's name, Device Name, Model number, Serial number, and any other Manufacturer's identification numbers.
Itemized Description of Service Performed, including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action.
Total Cost to be billed.
Signatures:
FSE performing services described.
VA Employee who witnessed service described may initial said ESR, but only the COR has the authority to sign the ESR.
VA Purchase Order Number noted on the ESR.

NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE REPAIR/SERVICE IS COMPLETED!

B.1.11 SPECIAL CONTRACT REQUIREMENTS:
CONTRACTOR SUBMITTALS: The Contractor will furnish a copy of its preventive maintenance/certification inspection procedures for each model of device which will be used during the preventive maintenance/calibration inspection services of this contract to the Contracting Officer s Representative (COR). These preventive maintenance/certification inspection procedures are required by the Government as a condition of the facility s JCAHO accreditation and must be received before any invoice can be certified for payment.
B.1.12 PAYMENT:
Invoices will be paid in the arrears.
Invoice after completion of testing and certification in March and September.
NOTE: Payment of invoices may be delayed if the appropriate documentation/reports are not properly completed and submitted to the Facility Management Service as required.
B.1.13 REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE:
The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs.
B.1.14 BIDDER S QUALIFICATIONS:
The Bidder is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any bidder, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information:
Number of years experience performing the type of services indicated within:
Number of personnel regularly employed on a full-time basis:
Bidders who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished.
Provide certification that contractor has manufacturer updated maintenance software, manuals, and parts.
Bidder shall provide the name, location, and telephone number of the office where certification calls are to be placed.

B.1.15 COMPETENCY OF PERSONNEL SERVICING EQUIPMENT:
Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup.
"Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment listed.
The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the DVAMC. The CO may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any DVAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the DVAMC equipment. NOTE: Subcontractor will not be used under this contract.

B.1.16 TEST EQUIPMENT:
Prior to commencement of work on this contract, the contractor shall provide the DVAMC with a copy of the current calibration certification of all test equipment which is to be used by the contractor on DVAMC's equipment. This certification shall also be provided on a periodic basis when requested by the DVAMC. Test equipment calibration shall be traceable to a national standard.
B.1.17 HAZARD COMMUNICATION STATEMENT:
As a contractor under contract to the DVAMC, you should be aware of this facility s hazard communication program. By the provisions of your contract, you may be required to work in certain areas where there are hazardous chemicals in use. Examples include, but are not limited to, areas in Pharmacy Service, Laboratory Service, and Prosthetics Service.

It is the responsibility of each Contractor to familiarize with the specific area(s) in which the contract requires to work in. This shall include the Contractor introducing and contacting the department s supervisor. The Contractor may obtain from the department s supervisor the nature of the on-going DVAMC work and the type of chemicals used. In addition, the Contractor should also learn the procedures for obtaining, in an emergency involving the Contractor, the material safety data sheets (MSDS) pertaining to hazardous chemicals in the exposure zone.

It is also the responsibility of the Contractor to have protective equipment for Contractor s service technician(s).

B.1.18 IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS:
The Contractor's FSE shall wear visible identification at all times while on the premises of the DVAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the DVAMC Police Service. The DVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the DVAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
B.1.19 INSURANCE:
Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and Occupational Disease Statutes.
General Liability. Contractors are required to have Bodily Injury Liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.
Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000.
Medical Liability. Contractors are required to have Indemnification and Medical Liability insurance coverage of at least $1,000,000.

B.1.20 DISCONTINUANCE OF SERVICE:
The Government reserves the right to terminate service on a particular hood meeting replacement criterion upon thirty (30) days written notice to the Contractor.
B.1.21 FAILING TO RESPOND:
Failure to perform any of the services set forth in this contract will be considered for invoking provisions of Default.
B.1.22 VA HANDBOOK 6500.6 APPENDIX CLAUSE:
The C&A requirements do not apply, and that a Security Accreditation Package and BAA not is required.
REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor, and experience to perform the scheduled and unscheduled pharmaceutical waste collection, transport and disposal as described above. Include experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the Beta.Sam.Gov at https://beta.sam.gov and/or the VetBiz Registry at https://vetbiz.va.gov , (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry.

Responses shall be submitted to 36C25623Q0231no later than 3PM CST, Wednesday, December 21, 2022. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Certification of Biological Safety Cabinets and Chemical Fume Hoods Jackson, MS in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced later and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 16, 2022 08:05 am CSTSources Sought (Original)

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 >