Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

46 -- Chronic Dialysis Heat Sanitizable Reverse Osmosis Water Treatment System Unit used for the Cleaning of the Water used by VA Patients

Notice Date
5/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621492 — Kidney Dialysis Centers
 
Contracting Office
Department of Veterans Affairs;Brecksville Division;Cleveland VA Medical Center;10000 Brecksville Road;Brecksville Brecksville 44141
 
ZIP Code
44141
 
Solicitation Number
VA25010RQ0162
 
Response Due
6/10/2010
 
Archive Date
7/10/2010
 
Point of Contact
Glen Johnson
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number VA-250-10-RQ-0162 is being issued as Request for Quote (RFQ) and the intent is to award a firm fixed price award for supplies. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 621492 Kidney Dialysis Centers; the business standard size is $31.5M. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSVAMC), 10000 Brecksville Rd, Brecksville, OH 44141, intends to negotiate a commercial item and is seeking Quotes for Chronic Dialysis Heat Sanitizable Reverse Osmosis Water Treatment System used by VA Dialysis Patients. Any Unit used for the Cleaning of the Water with additional features will be considered, provided the minimum requirements of the Government have been met. The required features of this system are: (1) Heat Sanitizable reverse osmosis water treatment system that produces water that meets or exceeds AAMI Standards. (2) The vendor must have current FDA 510K certification. (3) Must meet FDA Class II Medical Device Requirements. (4) Local service support within 4 hour response time for emergencies that stop dialysis treatment. I.e. water quality below 1M OHM-cm of resistivity 24 hour response time for non- emergent problems. (5) 3 feet per-second flow velocity. (6) Fittings to be compatible with the Fresenius 2008K Dialysis machine. Each line item must have a description and pricing information. Quote shall contain a proposed delivery and installation date). LINE ITMES: The following is a listing of all the items being solicited: LINE ITEMDESCRIPTIONQUANTITY 1"Water Tempering Valve with Built-In Cold Water By-Pass and Analog Temperature Gauge1 "Depth Filter for Particle Removal with By-Pass ass oCartridge 5 Micron1 3"Exchangeable Carbon Tanks Sized for 10 Minute Empty Bag Contact Time1 4"Softener Tank Sized to Remove 12 Grains Per Gallon1 5"Brine Tank for Softener Tank1 6"5 Micron Pre-RO Filter1 7"Dual Alternating Reverse Osmosis Unit oHeat Disinfect Tolerant 8"200 - 250 gallon storage tank for RO Unit oHeat disinfect tolerant 9"Distribution Pumps oDuel Alternating oSized 3 Feet Per Second oMulti Staged oHeat Disinfect Tolerant2 10"Flow Switches for Pump Protection1 11"DI Manifold Plumbed with By-Pass oDry DI tanks as standby oSize minimal 12 hours of operation based a incoming water analysis of1 12"Ultra-Filtration for Endo-Toxin Removal oHeat disinfect tolerant1 13"Resistivity for DI Tanks oDigital readout monitor oRevert to drain dump value for poor water quality1 14"Distribution Loop oPFA Teflon Piping a3 Feet Per Second Flow velocity oFlow Meter at Beginning and End of Distribution Loop1 15"Recessed Dialysis wall box oSeven (7) in treatment room oOne (1) in repair room oWater hookup shutoff valve oTreated water to wall box oFittings to be compatible with the Fresenius 2008K Dialysis Machine oTwo (2) dialysis machine water connections in water treatment room8 16o "Bicarb Mixer o50 Gallon Tank1 17"Remote Monitor Box in Patient Treatment Room1 18"Water Connections1 19"Installation1 20o "Testing oMust meet AAMI Standards1 oMust meet FDA Class II Medical Device Requirements 21oTraining o oOverview/ Operation with Dialysis Staff To be Coordinated with Chief Tech1 The Reverse Osmosis Water Treatment System will be installed in the near future, with the exact date to be determined once an award is made and the corresponding construction project contractor submits a construction schedule. The Reverse Osmosis Water Treatment System will be tested before acceptance and payment. ADDITIONAL REQUIREMENTS: 1)Installation must be coordinated with construction contractor, VA Engineering Service and Dialysis Staff. 2)A Site Specific Safety Plan (SSSP) will be required to be submitted after ten (10) days after award and approved before work can begin. 3)Shop drawings well need to be submitted for review and approved by LSCVAMC staff before work can begin. Shop drawings will need to be coordinated with the NE staff of the medical center and the NE of the corresponding project. 4)As-Builds will be required at contract completion and before final payment can be made. 5)Must submit FDA 510K Offerors must hold prices firm in its offer for 60 calendar days from the date specified for receipt. PRICING: Offeror shall provide pricing as described in requirements above. The total price offered shall include all charges (e.g., to include but not limited to installation, maintenance, and training). PROVISIONS AND CLAUSES: This combined synopsis lists one or more clause or provision by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for BEST VALUE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Lowest Price Technical Acceptable, Past Performance, Technical Capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Past performance: The government will review available past performance data in the Past Performance Information Retrieval System (PPIRS), The National Institute of Health (NIH) and Contractor Performance System (CPS). However, the government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the offeror when evaluating past performance. Please include references of customers who have purchased a similar system. Past performance with VA or other Government agencies is preferred. Please include company name, point of contact information, purchase order or reference number, and dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. SHIPPING/DELIVERY/UNLOADING (to be included in quoted price) the contractor guarantees the equipment against defective material, workmanship and performance for a period of said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Cost of installation of replacement material and parts shall be borne by the contractor Delivery and installation must be FOB destination. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contact their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, P.O. Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (CCR registration) the successful offeror must be registered with the Central Contractor Registration (CCR) to be awarded a contract, you may register easily and quickly on-line at http://www.ccr.gov, 52.232-34 (Payment by Electronic Funds), VAAR Clauses 852.237-70 (Contractor Responsibility) and 852.203-70 (Commercial Advertising) 852.246-70: Guarantee The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.219-8, 52.222-21, 52.222-3, 52.222-19, 52.222-26, 52.222-35, 52.22236, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. All questions must be submitted to Glen Johnson, Contracting Officer by e-mail only. No telephone calls will be accepted. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 10 a.m. EST Thursday, June 10, 2010. Technical questions and Quotes must be sent by email to Glen.Johnson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25010RQ0162/listing.html)
 
Place of Performance
Address: Louis Stokes VA Medical Center;10000 Brecksville Road;Brecksville, Ohio
Zip Code: 44141
 
Record
SN02162935-W 20100529/100527235754-c89c2c09bad6cb458d5e6025032bf7d7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.