Pharmacy Testing & Certification (Inpatient Pharm, Jacksonville, FL)
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159650895522465 |
Posted Date: | Jan 23, 2024 |
Due Date: | Jan 29, 2024 |
Source: | https://sam.gov/opp/2caabc9337... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 23, 2024 12:00 pm EST
- Original Response Date: Jan 29, 2024 04:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 13, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 541380 - Testing Laboratories and Services
-
Place of Performance:
Jacksonville , FL 32214USA
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is strictly for market research and determine interest and capability of potential qualifications of Small Business firms relative to the North American Industry Classification Code (NAICS) 541380. The Defense Health Agency is seeking small business firms to provide all services, materials, and equipment necessary for the testing and certification of inpatient pharmacy equipment in accordance with USP 797, including surface sampling for the certification of the Intravenous hoods. located at Naval Hospital Jacksonville, FL 32214. The purpose of this testing is to ensure a sterile environment in the intravenous hood to compound-intravenous medications as required by USP 797 Surface, Air, Viable Sampling. This requirement is to purchase monthly and semi-annual testing in compliance with USP 797. All required testing and certification shall comply with the most recent USP standards. Semi-annual to occur February and August.
Semi- Annual Testing:
Test Name
Particle Count
Supply Register
Room Pressure Readings
Room Air Exchange Rate Calculation
Viable Sampling, Airborne; with Colony ID, TSA & SDA
Viable Sample-Control, Pos/Neg
Laminar Flow Unit Test
Laminar Flow Unit- Airflow Visualization Study
Laminar Flow Unit- Particle Count
Isolator- Test
Isolator- Airflow Visualization Study
Isolator- Particle Count
HEPA Filter
Do it yourself (DIY) Viable Sampling, Surface, with Colony ID (Includes packaging materials, shipping container, ice packs, sample labels, Chain of Custody form, and shipping container, ice packs, sample labels, and shipping label to the lab. All samples shall be incubated in accordance with USP requirements.
Monthly Testing
Test Name
Viable Sampling, Surface; with Colony ID, TSA & SDA
If you are interested and are capable of providing the required services, please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541380? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above (maximum of two pages). The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541380. Responses to this notice shall be submitted via email to andrea.l.giuliano.civ@health.mil. Telephone responses will not be accepted. Responses must be received no later than 1/29/2024. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov.
- CONTRACTING OFFICE-TIDEWATER 7700 ARLINGTON BLVD, ATTN SE DIV
- FALLS CHURCH , VA 22042
- USA
- Andrea Giuliano
- andrea.l.giuliano.civ@health.mil
- Jan 23, 2024 12:00 pm ESTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.