The RFP Database
New business relationships start here

Renovate Pharmacy for USP D-B at Fort Meade/Hot Springs


Ohio, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SYNOPSIS:

INTRODUCTION:
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA).
The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking potential sources for the Renovate Pharmacy for USP at Fort Meade and Hot Springs VA Medical Center (VAMC). This is a DESIGN-BUILD project.
PROJECT DESCRIPTION:
The United State Pharmacopeia (USP) has published its latest update to its standards for the practice and quality standards for handling hazardous drugs, General Chapter 800 Hazardous Drugs Handling in Healthcare Settings (USP 800). Under these new guidelines, upgrades must occur to current process to accommodate the safe handling of hazardous drugs. Handling these drugs includes, but is not limited to, the receipt, storage, compounding, dispensing, administration, and disposal of sterile and non-sterile preparation of drugs. Additionally, USP has published proposed updates to USP 795 Pharmaceutical Compounding Nonsterile Preparations and USP 797 Pharmaceutical Compounding Sterile Preparations. The Design-Build (D-B) team which consists of all members of this contract is required to treat these documents as final documents to guide design and construction.
VISN 23 chartered a USP 800 Assessment Team consisting of architects and engineers from industry and government agencies to develop a site assessment report related to the USP 800 compliance issues related to the Fort Meade and Hot Springs sites. This report can be used as a guide to help develop the design need for USP 800 compliance but shall not be the only considerations taken when designing for USP 800 compliance. The Fort Meade and Hot Springs USP 800 Final Assessment reports will be included in this scope of work. The D-B will combine the findings from the original report, updated best practice information on pharmacy technology, updated USP 800 compliance information, and lessons learned from other VISN facilities undergoing similar upgrades to develop the design. All current USP standards remain effective and the design team shall maintain knowledge and compliance with all other current standards (ex. 795,797, 800, etc.).
The upgrades specific to this scope of work involve the D-B furnishing all labor material, equipment and supervision necessary to design and renovate an existing space to meet USP compliance requirements before the compliance deadline, which is currently December 01, 2019 at the Fort Meade and Hot Springs VA Medical Centers. Areas of work include, but are not limited to the following location(s): storage areas, ante-room, compounding(buffer) rooms, and other associated existing pharmacy space. Upgrades include, but are not limited to the following items: heating, ventilation, and air conditioning (HVAC) systems and controls, low voltage systems, plumbing, fire protection, architectural, and electrical systems.
PROCUREMENT INFORMATION:
The proposed project will be a competitive, firm-fixed-price contract utilizing the design-build approach outlined in FAR Part 36.3 Two-Phase Design-Build Selection Procedures. This project is planned for advertising in Mid-January 2019. In accordance with VAAR 836.204, the magnitude of construction is between $2,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code 236220 (size standard $36.5 million) applies to this procurement. The duration of the project is currently estimated at 450 calendar days from the issuance of a Notice to Proceed. However, the results and analysis of the market research will finalize the determination of the procurement method. The type of socio-economic set-aside, if any, will depend upon the responses to this notice and any other information gathered during the market research process.
CAPABILITY STATEMENT:
Respondents shall provide a general capabilities statement in the following information:
Section 1: Provide company name, DUNS number, company address, Point-of-Contact name, phone number and email.
Section 2: Provide company business size based on NAICS code 236220. Also, provide business type (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.).
Section 3: Provide a Statement of Interest in the project.
Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirement.
Section 5: Provide the prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission.
It is requested that interested contractors submit a response (electronic submission) of no more than 4 single sided pages that addresses the above information. This response must be submitted as a single application-generated (not scanned) PDF document that is less than or equal to 4MB in size. Please note that hard copies will not be accepted. Responses shall be submitted via email to the primary point of contact listed below by December 21, 2018 at 3:30 PM ET. No phone calls will be accepted.
The Capabilities Statement submitted in response to this Sources Sought shall not be considered to be a bid or proposal. This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above or proceed with full and open competition as other than small business.
At this time, no solicitation exists. If a solicitation is released it will be synopsized on FedBizOpps at https://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Contract Specialist Address:
VHA Program Contracting Activity Central (VHA-PCAC)
Jamahel Fayall: jamahel.fayall@va.gov

Jamahel Fayall

jamahel.fayall@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP