SOLICITATION NOTICE
65 -- REVERSE OSMOSIS CENTRAL WATER PURIFICATION SYSTEM
- Notice Date
- 9/12/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;South Texas Veterans Health Care System;7400 Merton Minter;San Antonio TX 78229
- ZIP Code
- 78229
- Solicitation Number
- VA-257-07-RQ-0160
- Response Due
- 9/21/2007
- Archive Date
- 10/6/2007
- Small Business Set-Aside
- N/A
- Description
- The South Texas VA Health Care System has a requirement for a reverse osmosis central water purification system for hemodialysis system operations containing the items identified below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will NOT be issued. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within 10 days after date of public action of the synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-19. The associated NAICS code is 333319 and the Small Business Size standard is 500 employees. The provision at 52.212-1 applies to this acquisition. There are no evaluation criteria as this procurement is being conducted as a sole source. Only one source is able to meet the following requirements: - Consist of a Reverse Osmosis Water Treatment System capable of providing water supply to a minimum of 44 treatment stations at a rate of 10 gallons per minute delivered at 29 pounds per square inch, include a direct feed distribution system that eliminates the need for storage tanks, have a minimum of 66% reverse osmosis recovery rate, include a variable speed boost pump, and house the reverse osmosis system in a cabinet for noise reduction. - Integrated hot water loop disinfection with dialysis machines for fully automated, end-to-end heat, and include medical-grade PEX tubing that will accommodate hot water disinfection to prevent sessile bacteria buildup with no chemical exposure to the distribution loop (glues, solvents, disinfectives, etc.) - Capable of performing nightly automated chemical disinfection of the reverse osmosis membrane and the distribution loop using water at temperatures that exceed 85 degrees Celsius that eliminates the need for manual cleaning, possess programmable auto-start capability, possess an automated alarm system that detects water leakage in the distribution loop and the reverse osmosis system. - Equipment must be configured for deionization operation in the event of RO system failure, be an FDA 510K cleared water system, and meet the Association for the Advancement of Medical Instrumention (AAMI RD) section 62:2001 "Water Treatment Equipment for hemodialysis Applications. All proposals received by 3:00 PM CST, September 21, 2007 may be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires will only be accepted in writing. Delivery terms shall be FOB Destination to South Texas VA Health Care System, 7400 Merton Minter, San Antonio, TX 78229. The Contractor shall input their Representations and Certifications-Commercial Items (FAR 52.212-3 AUG 2007) with their offer at http://orca.bpn.gov/. The following applicable FAR clauses apply: Instruction to Offerors-Commercial Items (FAR 52.212-1 SEP 2006); Offeror Representations and Certifications-Commercial Items (FAR 52.212-3 AUG 2007); Contract Terms and Conditions-Commercial Items (FAR 52.212-4 FEB 2007); Addendum to FAR 52.212-4; and Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FAR 52.212-5 AUG 2007). The full text of clauses identified herein may be accessed electronically at http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. Inquiries and original proposal shall be submitted on company letterhead, along with descriptive literature for all items offered, to Dan McAuley, Contracting Officer, South Texas VA Health Care System, 10N17/671C, 7400 Merton Minter, San Antonio, TX 78229.
- Place of Performance
- Address: SOUTH TEXAS VETERANS HEALTH CARE ADMINISTRATION;AUDIE L. MURPHY;7400 MERTON MINTER;SAN ANTONIO, TX
- Zip Code: 78229
- Country: USA
- Zip Code: 78229
- Record
- SN01403949-W 20070914/070913072433 (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 |