Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
DOCUMENT

W -- FedBizOpps Sources Sought-SPS Facility/Equipment Rental Aleda E. Lutz VAMC - Attachment

Notice Date
12/15/2016
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;PO Box 492;Ann Arbor MI 48106
 
ZIP Code
48106
 
Solicitation Number
VA25017N0161
 
Response Due
12/21/2016
 
Archive Date
12/24/2016
 
Point of Contact
Michelle C. Ford
 
E-Mail Address
2-7151<br
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 6 SOURCES SOUGHT NOTICE For Facility and Equipment Rental for Medical Equipment Sterilization Process This is a Sources Sought Notice. This advertisement is not a solicitation for offers, nor is it a request for quotes. A request for quotes may be issued at a later date. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist and if there are any businesses capable of providing the requirements. The proposed NAICS Code is 532490, Other Commercial and Industrial Machinery and Equipment Rental and Leasing ($32.5 Million). The Aleda E. Lutz VA Medical Center (ALVAMC), in Saginaw, Michigan has a need for an off-site facility and equipment for sterilization of medical equipment. The requirement is for the following: PERSONNEL REQUIREMENTS: 3.1 Point of Contact. The contractor shall provide a point of contact that shall be responsible for ensuring the performance of work can be conducted. The point of contact shall have full authority to act for the contractor on all matters relating to the daily operation of this contract. The contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contractor start date. An alternate may be designated, but the contractor shall identify those times when the alternate shall be the primary point of contact. 3.2 Availability. The contractor shall provide a point of contact that shall be available via telephone Monday through Friday, 6:00 A.M. until 11:59 P.M. excluding federal holidays. 3.3 Communication. The contractor shall ensure contractor personnel maintain open and professional communication with members of the VA. Complaints validated by the Contracting Officer s Representative (COR), shall be reported in writing to the Contracting Officer. The CO will provide the validated complaint to the contractor for action. The contractor shall provide a response to the CO by the suspense date requested. Failure of the contractor to correct validated complaints addressed by the VA staff and the CO will be considered a failure to perform. 3.4 Orientation/Training. The contractor shall ensure that all VA personnel performing in their facility participate in an orientation to include regulations specific to their facility policy and procedures. The contractor shall ensure that VA personnel are trained and maintain training on all contract required equipment. It is ultimately the contractor s responsibility to ensure VA personnel are qualified and adequately trained to operate all required equipment and have knowledge of all facility policy and procedures prior to beginning performance under this contract. 3.4.1 Not later than five (5) working days prior to the commencement of work, certification shall be provided to the COR that VA personnel have completed the required orientation and training mentioned above. This certification shall state the date on which the examination/certification was completed. 3.4.2 It is the contractor s responsibility to report (to the COR) all information regarding the orientation/certification process to the COR. Any VA personnel identified as not capable of receiving certification shall be immediately made known to the COR. 3.4 Identification (Facility Access). The contractor shall obtain personal identification passes for all VA personnel requiring entry onto the facility. The contractor must complete an approved access list and provide it to any security entry point where the VA personnel will need access to. 3.5 Performance Meetings. The CO will require the contractor to meet with the CO and COR as often as deemed necessary. The contractor may request a meeting with the CO and COR when deemed necessary. Meetings will be documented in the contract file with written minutes signed by the contractor, the CO and the COR. Should the contractor not concur with the minutes, such non-concurrence shall be provided in writing to the CO and COR within ten (10) calendar days of receipt of the minutes. DESCRIPTION OF REQUIREMENTS: 4.1 General Requirements. All contractor provided facility space and equipment shall comply with, and adhere to the following standards: (1) Association for the Advancement of Medical Instrumentation (AAMI) ST79: Comprehensive guide to steam sterilization and sterility in health care facilities; (2) Association for the Advancement of Medical Instrumentation (AAMI) TIR34: Water for the reprocessing of medical devices; (3) Association for the Advancement of Medical Instrumentation (AAMI) TIR30: A compendium of processes, materials, test methods, and acceptance criteria for cleaning reusable medical devices; (4) International Association of Healthcare Central Service Material Management, Central Service Technical Manual, Seventh Edition, 2007. VA Staff shall operate in the contracted space for a continuous 8 hour time frame between the hours of noon to midnight, Monday through Friday. Total hours per week shall not exceed 40 hours. Only the hours where VA staff is working is billable. 4.1.2 The space must be capable of allowing up to 4 VA staff members to work to perform their duties simultaneously. 4.1.3 Contractor to provide an entrance for drop off and pick-up of VA items. 4.1.4 Work space needs to have sufficient equipment capable of completing 8-10 loads (loads consist of instrument trays, peel packs of instruments, attest and load cards) in an eight (8) hour time frame. 4.1.5 Contractor needs to have processes in place, designed to maintain environmental integrity of work areas that impact infection control: traffic control, work area cleanliness and workflow. Traffic control authorized personnel in proper attire. Work area cleanliness environmental cleaning (housekeeping) log of all areas utilized by the VA; workflow designed to avoid cross-contamination and insure that items efficiently flow through the process from decontamination to storage. 4.1.6 Contractor to provide an area/locker room for VA staff to safely secure personal items and to change into contractor provided scrubs. 4.1.7 Contractor to provide a copy of their pest control policy and inspection schedule (how often is the facility inspected and sprayed for pests (ants, spiders, bugs etc.). 4.1.8 Contractor to provide training regarding the facilities Fire and Disaster plan / Hazardous Communication Plan. 4.1.9 Contractor to provide Safety Data sheets in all work areas where hazardous materials are handled. 4.1.10 The contractor will not charge or bill the VA for any non-productive hours / down-time related to the contracting facility disruption of work (i.e. equipment failure or repair, loss of power, bomb threat, and acts of God) or closure. The contracting facility will notify the VA of any days/time frames when they will be closed. If the VA requires the use of the facility on days the facility is closed, the facility will be available for the VA staff to perform their job duties. 4.1.11 The VA will notify the contracting facility of any days the VA is closed. The contractor will not charge or bill the VA for any days/time the contracting facility is not in use. 4.2 Equipment Requirements: The VA personnel shall have use of all available equipment for performing services required by this contract. It includes any equipment within the Sterilization work space and other ancillary spaces that exists for sterilization processes. VA personnel will be expected to perform as independent members of the facility but within the agreed to hours and procedures of the facility. The contractor is expected to provide all administrative support equipment to be used within the scope of the performed processes in order to administratively support the VA personnel. 4.2.1 Maintenance 4.2.1.1 The contractor will ensure proper preventive and corrective maintenance for all equipment. The contractor will provide documentation to the VA regarding any routine preventative maintenance performed on the facility equipment utilized by the VA. 4.2.1.2 During contracted hours, all equipment malfunctions will be the responsibility of the contractor. The Lead VA representative on duty shall notify the contractor point of contact and apprise him/her of the situation. The Government shall not be responsible for cost incurred during periods of equipment malfunction or down-time due to equipment/facility malfunctions. 4.2.2 Equipment List: 4.2.2.1 One Large Pre-vacuum Steam Sterilizer 4.2.2.2 Automatic washer impingement washers that combine water temperature, special detergent and spray force action to remove soil from devices with pre-set cycles i.e. instrument cycle. 4.2.2.3 Eye Wash Station in decon 4.2.2.4 Stainless steel sinks with faucets and water supply in decon 4.2.2.5 Handwashing sinks or if no sink, hand gel stations available in prep and decon. 4.2.3 The contractor will perform weekly quality testing on the washer(s). These tests are to monitor the efficacy of the ultrasound and washer (checking the cavitation and removal of bio-burden). Copies of testing results will be provided to the VA. In the event of test failure, the contractor will have the equipment serviced and repeat quality tests. The VA will not operate/use the equipment until manufactures parameters are satisfied. The contractor will not charge or bill the VA (see 4.1.12). 4.2.4 The contractor will provide training for VA employees on all equipment the VA will be using (washer/sterilizers/BI incubator) (see 3.4). 4.3 Process Requirements: 4.3.1 Contractor shall provide proper personal protective equipment for VA staff (fluid-resistant covering with sleeves, general purpose utility gloves, face shields, eye protection, masks, and hair cover, shoe covers and any other item required). 4.3.2 Contractor shall provide materials required to properly clean and sterilize items (low suds instrument enzymatic concentrate/detergent, lint free towels, disposable non-woven wraps, peel pouches, sterilization tape, internal and external chemical indicators, biological indicators (Attest), residual air removal tests (Bowie-Dick test), load cards, sterilization labels, racks/baskets to hold peel packs during sterilization) 4.3.3 Contractor to provide a copy of the results of any Bowie-Dick Test completed on days the VA is using the facility. 4.3.4 Sterilizer records (any paperwork associated with sterilization process) for VA items will be the property of the VA and maintained/kept by the VA. 4.3.5 Sterilizers must be able to be programed to the following sterilization times/cycles: 5 minutes at 270-275 degrees F with a 30 minute dry time 10 minutes at 270-275 degrees F with a 30 minute dry time 20 minutes at 270-275 degrees F with a 30 minute dry time 5 minutes at 270-275 degrees F with a 60 minute dry time 4.4 Room Requirements: 4.4.1 Decontamination Area: Contractor will provide a room for the cleaning of contaminated/dirty items. This room will be under NEGATIVE pressure, have a minimum of ten (10) air exchanges per hour, humidity between 30%-55% and temperature of 66-72 degrees Fahrenheit. Walls should be constructed of materials that can tolerate harsh chemicals. Walls should not be constructed of particulate or fiber-shedding materials. Lighting should be adequate for detailed cleaning and inspection. Traffic should be restricted to personnel working in the area. Emergency eyewash/shower equipment should be accessible within 10 seconds or 30 meters or potential exposure. Hand washing station should be provided and designed so hand contact with the faucet during operation is not necessary. 4.4.2 Preparation/Sterilization Area: Contractor will provide a room for the preparation for sterilization of clean items. This room will be under POSITIVE pressure, have a minimum of ten (10) air exchanges per hour, humidity between 30%-55%, and temperature of 66-75 degrees Fahrenheit. Lighting should be adequate for detailed inspection. Traffic should be restricted to personnel working in the area. 4.4.3 Checking of Air Exchanges: Contractor is responsible for checking air exchanges monthly ensuring that the minimum of ten air exchanges per hour is present; and POSITIVE (prep) and NEGATIVE (decon) pressure is maintained. Supporting documentation will be given to the VA monthly. To be considered, the facility shall be within a 50 mile radius from 1500 Weiss Street, Saginaw, MI. 48602 The term of the contract will be for one year with two 6 month option periods. If you are capable of providing these services, please provide the following information: Company Name and POC information Business Size Location DUNS number Information demonstrating experience and capability in providing these services. Prospective offerors shall respond to this Sources Sought no later than 3:00 P.M., Wednesday, December 21, 2016. Send all replies to Michelle C. Ford at Michelle.Ford2@va.gov Note: This is a Sources Sought Notice only, and is not a request for proposals. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017N0161/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0161 VA250-17-N-0161.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164236&FileName=VA250-17-N-0161-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3164236&FileName=VA250-17-N-0161-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04352531-W 20161217/161215234215-db0a1a0401038f7a24c10627130402ec (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.