The RFP Database
New business relationships start here

Biological Safety Cabinet, Laboratory, and Fume Hood Certification and Inspection Service


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

Page 2 of 2
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a Request for Quote (RFQ) is being requested.
Solicitation Number: 36C26319Q0754
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03.
The VA anticipates the award of one Firm Fixed Price (FFP) Contract for all resources and labor necessary to provide Biological Safety Cabinet, Laboratory, and Fume Hood Certification and Inspection Services for the Iowa City Iowa and Sioux Falls South Dakota VA Health Care System (VAHCS). The work consists of Testing and Certification for all of the Iowa City Iowa and Sioux Falls South Dakota VAHCSs hoods either once or twice per year, dependent upon the equipment. Equipment to be inspected includes: Biosafety cabinets, chemical fume hoods, research animal housing units, research animal change stations, HEPA unit, primary engineering controls, pharmacy compounding rooms/suites, biological safety cabinets, laminar airflow workstation hoods, compounding aseptic containment isolators, and compounding aseptic isolators. Additional requirements include: Monthly surface sampling, semi-annual hazardous drug wipe sampling, particle testing, semi-annual airflow smoke visualization studies, and USP797/USP800 consulting. Technician shall be NSF49 and CETA certified. Laboratory shall be AIHA accredited for USP797 sampling. Specific requirements are identified within the attached solicitation document. The period of performance is 11/1/2019 to 10/31/2020 and includes four (4) one-year option periods to be exercised at the discretion of the Government.
This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. Offerors shall be registered and verified as SDVOSB in the Department of Veterans Affairs Vendor Information Pages (VIP) database at the time of submission of offer and prior to award. Offerors shall have an active System for Award Management (SAM) registration at the time of offer and prior to award.
Evaluation of Commercial Items. Refer to FAR Provision 52.212-2 within the attached solicitation document regarding the evaluation of offers.
Offer Due Date: Quotes are due to the Contracting Office by 9/24/2019, 10:00 AM CST. Quotes shall be emailed to john.becker3@va.gov prior to the solicitation closing date and time. It is the responsibility of the offeror to ensure their quote is received in full by the Contracting Office before the solicitation closing date and time. Due to email file size limitations, please do not wait until the last minute to email quotes.
Submission of Offer. Refer to FAR Provision 52.212-1 with the attached solicitation document for instructions on submitting an offer.
Solicitation Questions. All solicitation questions shall be submitted in writing via email to john.becker3@va.gov. Questions must be received by 9/17/2019, 10:00 AM CST.

John Becker
john.becker3@va.gov

John Becker, Contracting Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP