S201--JERRY CHOINSKI ..405-24-3-7068-0203 Controlled Contamination Services (VA-24-00027077)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24124Q0269

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (1 month ago)

Due Date

28 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
36C24124Q0269

Identifier

36C24124Q0269
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Description This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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 RFQ 36C24124Q0269. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 Janitorial services $22 Million. The FSC/PSC is S201 Housekeeping Custodial Services. This is being bid as a VOSB set-aside. The VAMC White River Junction 215 N Main Street, White River Junction, VT is seeking a contractor that
shall provide all necessary equipment, tools, and supporting materials to successfully support the cleaning and disinfection of the VA WRJ Healthcare pharmaceutical compounding spaces at VAVT White River Junction campus. VAMC WRJ Pharmacy Department will provide the garbing and personal protective equipment (PPE) used during cleaning that is typically used by our technicians (gowns, face masks, shoe covers, head covers, non-sterile gloves). Any additional PPE that the VA does not normally provide to its compounding staff should be provided by the contracting company. All services shall be performed in accordance with the terms and conditions specified in this solicitation and in compliance with the statement of work. All cleaning will be done when no sterile compounding is taking place. All company servicemen shall have their name and their company's name indicated on their uniform or a name badge, so they are easily recognizable as a contractor employee. In cases when contractor has two or more employees reporting to work, under this contract one of these employees shall be designated as a supervisor/foreman. The supervisor shall be fully knowledgeable of the location and work site to perform cleaning of the space used for sterile compounding. The contract will be offered as a 12-month plus 4 option years. All interested companies shall provide quotations for the following (detailed item description on the SOW): PERFORMANCE WORK STATEMENT General The contractor shall provide all necessary chemicals, equipment, tools, garb, and supporting materials to successfully support the VAMC White River Junction Compounding USP 797 cleanroom spaces at 215 North Main Street, White River Junction, VT. All services shall be performed in accordance with the terms and conditions specified in this solicitation and in compliance with the statement of work. The contract will cover a minimum of twelve (12) months from start date with the potential for four option years. The contractor must be regularly established in the business, the contractor must be able to provide primary services under the condition of scope of work, in the judgment of the Contracting Officer, are financially responsible, and show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to render prompt, detailed service in accordance with USP Chapter 797, and satisfactory standards. The Contractor shall be licensed by the State or local health authority in those localities where licenses are required. The contractor and their personnel shall be familiar with all USP 797 and upcoming USP 800 guidelines for cleaning and decontamination for the performance of work under this contract. The contractor performing cleaning should be knowledgeable in USP 797 requirements and capable of improving the site s cleanroom practice through disinfection techniques that meet USP 797 guidelines. Each servicemen designated by the Contractor to perform work under this contract shall be cleared for access through restricted areas of customer s facilities. The Contractor shall conform to all Federal, State, VA and local regulations governing the servicing and compliance USP Chapter 797 and use of approved chemicals and equipment. The contractor must provide documentation to the Contracting Officer prior to performing any work under the contract. All chemical (SDS) or control substance used to perform service must be submitted and filed with the Contracting Officer s Representative (COR). The contractor shall demonstrate competency in compliance with industry standards for USP 797. Contractor servicemen must be trained in disinfection of Ante & Clean Rooms (ISO 7/8). All contractor servicemen shall have their name and the contractor s name indicated on their uniform or a name badge at all times so they are easily recognizable as a contractor employee. In cases when contractor has two or more employees reporting to work, under this contract one of these employees shall be designated as a supervisor/foreman. The supervisor shall be fully knowledgeable of the location and work site to perform USP sterile cleaning. On each visit the contractor servicemen shall report to the COR or his designee prior to performing services. Description of Services: Clean Room Cleaning (Sterile Maintenance) Cleanroom Cleaning Services must comply with industry standards and USP Chapter 797. This is a high-level decontamination service. Cleaning will be performed in Pharmacy compounding spaces as follows: 1. Total number of rooms to be cleaned 4 rooms, all 4 rooms require cleaning: a. Anteroom (Room # 236 E), b. Chemo anteroom (Room # 236 G) c. Chemo hood room (Room # 236 H) d. IV compounding room (Room # 236 F). 2. Total square footage of the surfaces to be cleaned. a. See below, for chart diagram. b. Width is 12 9 and length is 24 6 x 12 walls c. Approximately 3,764 square feet (total). The required cleaning is to be performed once per month during normal business hours, Monday through Friday (Excluding Federal Holidays). Cleaning will typically be performed between 1:00 pm and 4:30 pm (after morning compounding is completed). The contractor must log in when reporting into pharmacy cleanroom to perform service and log out after service is conducted. All personal servicing VAMC White Rive Junction must complete appropriate clearance through the VAMC security process. The contractor s workers must be on White River Junction VAMC access roster prior to entering Pharmacy Compounding space. The triple top down cleaning work and services will include the following: 1. Monthly (Once a Month during normal business hours) Cleaning of Ante Rooms, IV Prep & Chemo Rooms: a. Empty and Wash all trash receptacles, replace liners, and remove to designated areas. b. Clean and sanitize Ceilings with a Rotation of Agents which consist of Vesphene, LPH, Sporklenz (or Peridox). c. Clean and sanitize Walls with a Rotation of Agents which consist of Vespene, LPH, Sporklenz (or Peridox). d. Clean and sanitize Floors with a Rotation of Agents which consist of Vespene, LPH, Sporklenz (or Peridox). e. Clean and sanitize designated surfaces including Benches, carts and exterior of hoods w/ IPA and Cleanroom Wipes. f. Clean all doors and glass windows with IPA and D/I Water. g. Clean and sanitize all bins and shelves with IPA. h. The mopping system used must be USP 797 compliant. SPECIAL INSTRUCTIONS: CHEMICAL ROTATION/REQUIRMENTS: A triple top-down cleaning consists of a rotation of Vespene, LPH, Sporklenz (or Peridox) will be performed on every monthly cleaning. Cleaning includes two biosafety cabinets, currently at WRJ our USP 797 clean room contains a biosafety cabinet for compounding chemo/hazardous drugs in a negative pressure room and non hazardous IV s are compounded in a positive pressure environment. Both cabinets are located in the interior of the USP 797 clean room environments. Cleanrooms should be treated similarly to the operating rooms. The wiping or mopping material should be cleanroom rated and a non ionic or cationic detergent (to control static) with distilled water is recommended. All cleaning is to be performed by trained personnel using the contractor s equipment, chemicals and supplies. The contractor will mix all chemicals fresh on site and utilize a monthly cleaning Logbook kept on site. All specifications are required by VA pharmacy policy and USP 797 clean room regulations and upcoming USP 800 recommendations. Note: If it is determined that additional cleaning 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. Contractor Quality Control and Assurance Requirements: The Contractor will be required to provide their Quality Control and Assurance program. This program shall detail all steps required to maintain and continuously provide a clean room environment in accordance with published criteria for USP 797 Sterile Compounding areas. Line Items: Item # Description/Part Number* Qty Unit of Issue Price Total Amount 1 Triple top-down cleaning of Pharmacy compounding cleanroom spaces to Sanitation. All specifications are required by VA pharmacy policy and USP 797 clean room regulations and upcoming USP 800 recommendations. 12 EA $0 $0 Evaluation Process Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price, past performance, and capabilities. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line-item prices inserted in appropriate spaces. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. 2. Past Performance: a. Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant). Please utilize Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements. b. Contractor shall provide a list of all services included in the price. c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable. d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. 4. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00). ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013), 852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020) 852.203-70 Commercial Advertising 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submissions of Payment Requests 852.233-70 Protest Content/Alternative Dispute Resolution 852.233-71 Alternate Protest Procedure 852.270-1 Representatives of Contracting Officers 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) As prescribed in 819.7203(a) insert the following clause: (a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records, or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. As prescribed in 819.7009(c) insert the following clause: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) [ ] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: _________________________________ Printed Title of Signee: ________________________________ Signature: ______________________________________________ Date: ___________________________________________________ Company Name and Address: _____________________________________________________________________________________ (End of clause) 852.242-71 Administrative Contracting Officer. As prescribed in 842.271, insert the following clause: ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020) The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause) (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Central Western Massachusetts VAMC Hampshire County WD 2015-4095 (Rev-21), 52.222-42, 52.222-43, 52.222-55, 52.222-62 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due NLT 03/26/2024 at 17:00 PM EST. RFQ responses are due NLT 03/28/2024 at 15:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0269 in the subject line to: Jerry.Choinski@va.gov Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Jerry Choinski (Jerry.Choinski@va.gov)

ONE VA CENTER  TOGUS , ME 04330  USALocation

Place Of Performance : ONE VA CENTER TOGUS , ME 04330 USA

Country : United StatesState : Maine

Classification

naicsCode 561720Janitorial Services
pscCode S201Custodial Janitorial Services