Q301--VISN-Wide Pharmacy Lab Analysis and Clean Room Testing
ID: 36C25924Q0410Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs (VA) seeks a service-disabled veteran-owned small business (SDVOSB) to provide specialized laboratory analysis and clean room testing for VISN-wide pharmacies. The primary goal is to ensure compliance with FDA/CLIA regulations and USP <797> standards for VA medical centers.

    The scope of work involves routine and complex laboratory analysis, assessing microbiological contamination in pharmacy environments. The contractor must be an ISO/IEC 17025:2017 accredited laboratory under the Environmental Microbiology Lab Accreditation Program (EMLAP). They will analyze microbiological surface samples, gloved fingertip and thumb samples, and media fill testing samples, ensuring accurate and timely reporting. Additionally, the contractor must supply the necessary equipment, including sampling devices, and adhere to USP <797> standards for compound sterile product pharmacies.

    The VA requires a detailed technical proposal outlining the applicant's capabilities, qualifications, and past performance in a firm-fixed-price contract. Eligibility criteria include being an SDVOSB and meeting the solicitation's stringent deadlines.

    The contract is estimated at $19 million, spanning a base period of September 2024 to August 2025, with three optional periods extending to August 2029. Key submission deadlines include:

    • 36C25924Q0410+0001_1.docx and 36C25924Q0410+0002_1.pdf: 14 August 2024, 10:00 AM MDT
    • 36C25924Q0410+0001.pdf and 36C25924Q0410.pdf: 10 August 2024, 10:00 AM MDT

    Applications must be submitted electronically and adhere to the strict formatting requirements outlined in the addendum to the Instructions to Offerors (FAR+52.212-1_.pdf). Evaluation criteria include past performance, technical merit—focusing on USP <797> compliance and timely delivery—veteran ownership, and price.

    For clarification and further information, contact the Contract Specialist, David Glanton, at David.Glanton@va.gov or 303-717-7075.

    Point(s) of Contact
    David GlantonContract Specialist
    (303) 717-7075
    David.Glanton@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs issues a combined synopsis and solicitation notice, seeking a VISN-wide pharmacy lab analysis and clean room testing solution. The primary objective is to obtain comprehensive testing and analysis services for multiple VA medical centers within the VISN network. This includes providing detailed specifications and requirements for each facility, outlining the specific testing parameters and quality standards expected of the contractor. The scope of work involves performing routine and complex laboratory analysis, ensuring accurate and timely results. Contractors will be responsible for supplying necessary equipment and expertise, with an emphasis on FDA/CLIA regulations compliance. The VA seeks a capable entity to manage and conduct these specialized testing services, focusing on efficiency, quality outcomes, and timely reporting. The solicitation period ends on August 14, 2024, at 10:00 AM Mountain Time, and interested parties should adhere to the stringent requirements outlined in the attached documents. Evaluation of proposals will prioritize technical merit, with particular attention to the applicant's ability to deliver efficient, high-quality lab analysis and clean room testing across the specified VA medical centers.
    The Department of Veterans Affairs seeks a contractor to perform pharmacy lab analysis and cleaning testing services. The goal is to assess microbiological contamination in VA pharmacies that compound sterile products. The contractor must be an ISO/IEC 17025:2017 accredited laboratory under the Environmental Microbiology Lab Accreditation Program (EMLAP). They will analyze microbiological surface samples, gloved fingertip and thumb (GFT) samples, and media fill testing (MFT) samples. These samples are collected by VA staff according to USP <797> standards, with incubation and processing done by the contractor. The contractor must also provide GFT kits and surface sample agar plates. This solicitation outlines a base period of performance from September 2024 to August 2025, with four optional periods extending until August 2029. The estimated total value of the contract is $19 million. Critical dates include the solicitation issue date of 14 July 2024 and the offer due date of 10 August 2024 at 10:00 AM MDT. Evaluation of offers will consider factors such as veteran ownership, price, and technical merit, with the latter focusing on the contractor's ability to meet USP <797> standards and provide timely results.
    The Department of Veterans Affairs issues an amendment extending the response date for a combined solicitation. The primary objective is to procure specialized laboratory analysis and clean room testing services for VISN-wide pharmacies. The agency seeks a contractor to perform these services according to specific technical requirements outlined in the attachments. Potential vendors should pay close attention to the response deadline in the Mountain Time Zone and ensure their proposals comply with the specified evaluation criteria. This amendment merely extends the submission deadline; other terms and conditions remain unchanged and can be found in the original solicitation document.
    The Department of Veterans Affairs issues an amendment to a previous Request for Quotation (RFQ). The focus is on correcting a mistake in Attachment 1, replacing it with a new version found in Attachment 2. This attachment presumably outlines the specifics of the required pharmacy lab analysis and clean room testing services. The amendment also adds verbiage to the RFQ's addendum, clarifying the deadline for vendor clarification questions. Offerors must acknowledge receipt of this amendment and follow the specified instructions for their submissions. The RFQ itself, detailed in the original document, remains largely unchanged. This amendment does not impact the RFQ's evaluation criteria or key dates.
    The Department of Veterans Affairs issues an amendment to a Request for Quotation (RFQ) for VISN Wide Pharmacy Lab Analysis and Clean Room Testing. The amendment uploads correct additional verbiage to the Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items. This verbiage clarifies vendor clarification deadlines and extends the solicitation end date. Offerors must acknowledge receipt of this amendment before submitting their offers. The RFQ seeks a contractor to provide pharmacy lab analysis and clean room testing services, with the focus on efficient acknowledgment and response to clarification requests.
    The Department of Veterans Affairs issues an amendment extending the response date for Solicitation Number 36C25924Q0410. The primary objective remains unchanged, focusing on VISN-wide pharmacy lab analysis and clean room testing. This amendment pushes the response deadline to August 14, 2024, at 10:00 AM Mountain Time. It's essential to note that the original solicitation sought proposals for providing comprehensive laboratory analysis and clean room testing services across multiple VISN locations. The VA requires detailed technical proposals outlining capabilities, qualifications, and past performance, with a firm-fixed-price contract anticipated. Offerors should carefully review the amended solicitation documents, which include attachments providing further details on the requirements and expectations.
    The Addendum to the Instructions to Offerors specifies the requirements for submitting proposals in response to a solicitation for commercial items. Offerors must ensure their proposals adhere to the specified format and include all the required information to be considered. This includes completing the SF1449 form, providing pricing details, and responding to technical evaluation factors. The emphasis is on the offerors' ability to supply the personnel and equipment needed to fulfill the SOW requirements. References for similar recent contracts are mandatory, and offerors must address transition planning. Proposals must be submitted electronically by a strict deadline, and clarification questions have an earlier deadline. Offerors must carefully follow the instructions to ensure their proposals are responsive to the solicitation.
    The Veterans Affairs Contracting Officer seeks proposals for a range of commercial items through a competitive solicitation. Offerings must be submitted electronically by the specified deadline. Emphasis is placed on clarity and responsiveness to the solicitation's requirements. Offerors are expected to provide a comprehensive proposal, including pricing details, exceptions to contract terms, and a concise technical response adhering to the specified page limit. To demonstrate capability, offerors should furnish details of relevant past contracts and a transition plan. The request emphasizes the availability of personnel and equipment to fulfill the SOW requirements. Offerors must carefully address all provisions and evaluation factors to ensure a competitive submission.
    The Department of Veterans Affairs seeks a contractor to perform pharmacy lab analysis and cleaning testing services. The goal is to assess microbiological contamination in VA pharmacies that compound sterile products. The contractor must be an ISO/IEC 17025:2017 accredited laboratory under the Environmental Microbiology Lab Accreditation Program (EMLAP). They will analyze microbiological surface samples, gloved fingertip and thumb (GFT) samples, and media fill testing (MFT) samples. This work, essential to ensuring a safe pharmaceutical environment, involves incubating samples, recording results, and reporting them to VA facilities. The contract, valued at around $19 million, encompasses a base period and three option periods, spanning four years in total. It entails regular, mutually agreed-upon testing and immediate reporting of results. The scope includes surface sample incubation and analysis, GFT and MFT sample processing, and microbial identification. The contractor will also provide VA pharmacies with sampling devices and interpret the test results. Key dates include the solicitation issue date of 24 July 2024 and the offer due date of 14 August 2024 at 10:00 AM MDT. Contracts will be awarded based on factors like past performance, price, and technical merit.
    The file specifies wage rates for various occupations outlined in the Service Contract Act. The goal is to establish fair minimum wages for workers engaged in service contracts with the federal government. The Act ensures that contractors adhere to specified hourly rates, which are revised periodically, offering transparency in wage determinations. This revision, effective until May 2024, provides a comprehensive list of occupations, from administrative roles to transportation and protective services, along with their respective hourly rates, ranging from around $10 to over $40 per hour, with benefits such as health and welfare contributions and paid vacations. The document also outlines procedures for conforming unlisted occupations and clarifies executive orders related to minimum wage requirements.
    The U.S. Department of Labor seeks to procure a comprehensive wage determination under the Service Contract Act for contracts entered into across multiple counties in Montana. This determination establishes minimum hourly wage rates, ranging from $10.09 to $53.96, for various occupations. It mandates that contractors provide employees with benefits, including health and welfare coverage, paid vacations, and paid holidays. The document also outlines procedures for conforming unlisted occupations, night and Sunday work payments, and hazardous pay differentials. Additionally, it specifies that contractors must adhere to Executive Orders regarding minimum wage requirements and paid sick leave. The procurement's primary objective is to ensure fair and lawful compensation for workers involved in service contracts with the federal government within the specified Montana areas.
    The Department of Labor's Wage and Hour Division issues a wage determination for service contracts in Wyoming. It establishes minimum wage rates and benefits for various occupations, effective through May 2024. The determination aims to regulate labor costs by specifying hourly rates for over 100 occupational classifications. These rates vary based on Executive Orders and are accompanied by benefits such as health and welfare coverage, paid vacation and holidays, and uniform allowances. The document also outlines procedures for requesting authorization of additional classifications and wage rates. Contractors must adhere to these determinations when employing workers on affected service contracts, ensuring compliance with the Service Contract Act.
    The procurement objective of this RFP is to obtain labor services in accordance with the Service Contract Act. The Act requires contractors to adhere to specified minimum wages and fringe benefits for workers engaged in service contracts with the federal government. The wage determination applies specifically to the state of Wyoming and outlines occupation codes, titles, and corresponding wage rates. Contractors must conform to these rates while performing work on the contract. The extensive list of occupation codes covers various skill sets, including administrative support, automotive services, food preparation, health occupations, information technology, plant operations, protective services, and more. The focus is on defining the hourly rates for different skill sets that fall under the scope of the Service Contract Act. Agencies must enforce the specified minimum wages, ensuring contractors provide covered workers with the appropriate rate based on their occupation. The RFP also includes details about fringe benefits, such as health and welfare allowances, paid vacation, paid holidays, and uniform allowances, which are also mandated by the Service Contract Act. Key dates are outlined for wage revisions, with the date of the last revision noted as May 1, 2024. Additionally, the RFP mentions the applicability of Executive Orders regarding minimum wage requirements, providing information on annual adjustments and relevant websites for further details. The evaluation criteria are not explicitly mentioned, but it can be assumed that compliance with the Service Contract Act's requirements is a key factor.
    The U.S. Department of Labor seeks to procure a comprehensive wage determination under the Service Contract Act. This determination establishes minimum wage rates and benefits for various occupations employed by contractors providing services to the government. The focus is on ensuring fair and compliant labor practices. It specifies different hourly rates for numerous job classifications, ranging from administrative roles to aircraft mechanics, with footnoted occupations receiving additional benefits. These rates vary based on the type of work and experience required, with higher rates for more specialized roles. The file also provides guidelines for handling unlisted occupations, ensuring compliance through a conformance process. This procurement aims to safeguard workers' wages and benefits, with emphasis on executive orders regarding minimum wage requirements and paid sick leave. Key dates and deadlines are outlined in the document, although the specific contract type and value are not explicitly mentioned. The evaluation of proposals will likely prioritize compliance with the detailed wage and benefit structures outlined.
    The file outlines a comprehensive wage determination and benefits structure for various occupations in the service contract industry, primarily aimed at ensuring compliance with the Service Contract Act. It specifies minimum hourly wage rates, fringe benefits, and work conditions for different job roles, with some roles requiring conformance through a specified process. The document also clarifies the application of Executive Orders related to minimum wage requirements and paid sick leave for federal contractors. The primary objective is to establish fair labor practices and define expectations for contractors working on service contracts, covering a wide range of occupations, from administrative roles to aircraft mechanics and computer programmers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.
    H946--Actionable-436 (S) LEGIONELLA ANALYSIS SERVICES FORT HARRISON AND MILES CITY (VA-25-00002015)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Legionella analysis services at the Fort Harrison and Miles City VA facilities. The contractor will be responsible for conducting water testing for Legionella, adhering to CDC protocols, with a contract duration of one base year and four option years, commencing on October 14, 2024. This procurement is critical for ensuring the health and safety of veterans residing in these facilities, reflecting the government's commitment to maintaining safe water standards in healthcare environments. Quotations are due by September 9, 2024, and interested vendors must demonstrate technical capability and provide necessary certifications, including a valid CDC ELITE certification for Legionella testing. For further inquiries, contact Peyton Wilkerson at Peyton.Wilkerson@va.gov.
    Q301--BSL3 Site Survey and Certification
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for a BSL3 Lab Site Survey and Inspection at the Portland VA Medical Center. The procurement involves conducting a comprehensive site survey, ventilation assessment, HEPA filter testing, and documentation to ensure compliance with Biological Safety Level 3 standards, with all tasks to be completed within 30 days from the Notice to Proceed. This contract is crucial for enhancing laboratory safety protocols within the VA system and reflects the government's commitment to supporting veteran-owned businesses in public health infrastructure projects. Interested vendors must attend a mandatory site visit on September 10, 2024, at 10:00 A.M. and submit their quotes by September 13, 2024, at 3:00 P.M. Pacific Time; for further inquiries, contact Contracting Officer Derek Crockett at Derek.Crockett@va.gov or 360-816-2760 x32760.
    Q999--442 - Dental Waterline Testing FY24 (VA-24-00091046)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for dental waterline testing services at the Cheyenne VA Medical Clinic in Wyoming, as outlined in the Sources Sought Notice (VA-24-00091046). The procurement aims to ensure compliance with health standards by conducting bacterial count testing and providing certified results within 24 hours, with a total contract value of approximately $19 million over five ordering periods from September 2024 to September 2029. This initiative underscores the importance of maintaining safe dental care environments and supports small business participation, as the contract is set aside for Small Business Administration (SBA) eligible companies. Interested parties must submit their proposals electronically by September 10, 2024, at 10 AM Mountain Time, and can direct inquiries to Contract Specialist David Glanton at david.glanton@va.gov or by phone at 303-717-7075.
    J065--Complete Lab RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a complete lab request for quotation (RFQ) for preventative maintenance of laboratory equipment at the Baltimore VA Medical Center. The procurement aims to ensure the optimal functioning of critical laboratory devices, including flow cytometers and microplate detection platforms, through biannual onsite inspections and technical support for software updates. This contract, valued at approximately $34 million, is essential for maintaining the quality of healthcare services provided to veterans by ensuring accurate data collection for research and development. Interested parties must submit their responses by September 13, 2024, at 4 PM Eastern Time, and can contact Crystal Brown, Contracting Specialist, at Crystal.Brown5@va.gov or 410-642-2411 x6912 for further information.
    6640--Laboratory Testing Supplies
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 6, is conducting market research to identify potential vendors for laboratory testing supplies needed at the Durham VA Medical Center. The procurement aims to gather interest from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) for a contract that may include a base year and four one-year options, encompassing a variety of essential laboratory items such as chemical reagents, test tubes, and centrifuge tubes. This initiative is crucial for maintaining the operational efficiency of laboratory services at the facility. Interested vendors must submit their company details, socio-economic classifications, and capabilities statements to Patsy Simpson at Patsy.Simpson@va.gov by 8:00 AM on September 9, 2024, and must be registered in the System for Award Management (SAM).
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    W065--Pharmacy Sterile Compounding Trailer - Lease
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the lease of a Pharmacy Sterile Compounding Trailer at the Tibor Rubin Medical Center in Long Beach, California. The procurement aims to secure a mobile cleanroom system compliant with USP 797 and USP 800 standards, which is essential for the safe preparation of hazardous and non-hazardous drugs. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses and includes a one-year lease with options for four additional one-year extensions, emphasizing the VA's commitment to supporting veteran-owned enterprises. Interested vendors must submit their proposals by September 3, 2024, and can direct inquiries to Contracting Officer Anthony Dela Cruz at anthony.delacruz@va.gov or by phone at 562-766-2284.
    Savanna HSV1/2, VZV
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide a replacement for the HSV1/2, VZV RT-PCR test platform at the Durham Veterans Affairs Medical Center. The objective of this procurement is to enhance diagnostic capabilities by introducing a rapid, FDA-approved molecular diagnostic system that can deliver results in under 25 minutes, while ensuring minimal sample handling and contamination risk. This contract, valued at an estimated $41.5 million, is open to both small and large businesses, including those owned by women and service-disabled veterans, with proposals due by September 12, 2024. Interested parties can contact Patsy Simpson at Patsy.Simpson@va.gov or by phone at 757-722-9961 ext. 1030 for further information.
    F108--Lab Equipment Abatement - CI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for lab equipment abatement services at the Central Iowa VA Healthcare System, specifically under solicitation number 36C26324Q1159. The project involves the safe removal and disposal of asbestos-containing materials, including flooring, mastic, cabinetry, and countertops, while ensuring minimal disruption to laboratory operations. This initiative underscores the importance of maintaining a safe healthcare environment for veterans and staff, with a contract value estimated at $25 million and a completion timeline of 60 days post-task order issuance. Interested small businesses must submit questions by September 8, 2024, and direct all inquiries to Contract Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov.