DOCUMENT
65 -- REVERSE OSMOSIS SYSTEM - Attachment
- Notice Date
- 8/30/2014
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- VA24714R1550
- Archive Date
- 10/29/2014
- Point of Contact
- Iridious T Ruise
- E-Mail Address
-
6-4000
- Small Business Set-Aside
- N/A
- Description
- Sources Sought This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified small businesses and large business that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but will be issued at a later date. The Columbia VAMC, 6439 Garners Ferry Road, Columbia SC29209 is seeking commercial sources to provide equipment necessary as outline below. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 334510, Dialysis equipment electromedical manufacturing. The size standard for NAICS 334510 is 500. The Government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a response which includes a brief description of their company's business size, certifications, and training documents for the installation of a reverse osmosis system.The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide their aforementioned information, along with interest and capability statements, no later than 04 September 2014. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. Submissions to this notice may be emailed to Iridious T, Ruise, Network Contracting Office VISN 07 at iridious.ruise3@va.gov. Phone: 803-776-4000x4035. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. DEPARTMENT OF VETERANS AFFAIRS STATEMENT OF WORK REVERSE OSMOSIS SYSTEMS AND ASSOCIATED MAINTENANCE SERVICES 1.Introduction The WJB Dorn VA is seeking a contractor that can provide reverse osmosis (RO) systems (also referred to as central dialysis water systems) for dialysis treatment. RO systems dissolve inorganic solids and remove bacteria and other infectious agents from treated city water by filtering through a membrane system. The contractor must demonstrate the ability to meet the technical, service, and other requirements of this solicitation. The contractor must demonstrate the ability to furnish the requirements of this solicitation. The contractor will be required to provide fair and reasonable pricing terms. 2.Period of performance: The performance period will include delivery, installation, testing, and acceptance of the RO system. The period of performance for the purchase of the RO system will be one year from date of VA acceptance of the RO system as this will be the warranty period. 3.Place of performance: The contractor will perform installation, activation, testing, and maintenance of the RO system at the WJB Dorn VA medical Center, dialysis center, 6439 Garners Ferry Road, Columbia, SC 29209. The contractor will perform laboratory testing at the contractor's designated laboratory. 4.Days and hours of operation: The VA dialysis center will operate either two or three patient shifts per day, up to six days a week, from early morning (5 a.m.) until approximately 6 p.m. or 9 p.m., Monday-Saturday. VA dialysis staff will coordinate a time of service with the contractor to provide the required services at a time when the RO system is not being used for treatment. The dialysis centers operate on all federal holidays except Christmas. The ten (10) holidays observed by the Federal Government are follows: New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas. 5.Delivery Requirements: a.Delivery of the system will be 10 business days after contract award. The vendor shall deliver, install, activate, and test the RO systems on a date and at a location specified by VA. b.Free On Board (FOB)/Freight Costs: Delivery shall be made to WJB Dorn VA Medical Center FOB. The contractor may not bill VA for freight charges associated with delivery of the RO system and associated equipment and supplies. 6.Purpose and Objectives: a.Purpose: The purpose of this solicitation is to establish a contract between WJB Dorn VA and a contractor to furnish an RO systems and providing the support according to the technical Extent of Obligation: specifications defined in this solicitation. b.Extent of Obligation: One RO system and maintenance contract may be purchased by WJB Dorn VA under this requirement. c.Government Participants: Government participants will include the VA contracting Office at WJB Dorn VA Medical Center and dialysis center staff. d.Estimated Quantities: One RO systems. e.Evaluation Criteria: Contractor proposals shall be evaluated based on Technical capabilities, Experience, and cost. See attached evaluation criteria for specific details of evaluations 7.Required Certifications: Contractors who sell, distribute, service, or install equipment must be certified and show proof of certification in the areas below. Contractors without certification will not be considered eligible for competition. a.Certified Dialysis Water Treatment Specialist Program b.Certified in Water Treatment Fundamentals c.Certified in Dialysis Dealer Training Program a.Optional Items: The contractor may include in their quote optional items not listed in this solicitation that would optimize RO system performance and use such as software applications. Any deviations from the specification must be specifically addressed in the Vendor's proposal under a heading of "Exceptions and Clarifications". 8.RO System Technical Requirements: The following technical specification requirements are set forth for the RO systems purchased by VA under this contract. a.RO water purification system: 1)Must meet latest AAMI, ANSI, ISO, and CMS standards for dialysis water systems and dialysis water quality. 2)Must have capacity to provide treated water for a 14 station center operating three shifts per day six days per week. Each dialysis station will provide water at a flow rate of 800 ml/min. In addition to the water required to run the above size dialysis center, the RO system must be able to provide treated water to maintain a velocity rate of a minimum of 1.5 feet per second in the return loop. 3)Must be a direct feed, double pass RO system. There must be a bypass for each RO with single pass capability. It should be capable of removing 97 to 99% of salts based on membrane projections. The system should not promote microbial growth or allow for contamination. 4)Must have capability for hot water disinfection of the distribution water loop. Must have capability for automated disinfection of RO membranes using either heat sterilization or chemical disinfection. 5)System must be Ameriwater MediQa or equivalent b.Heat disinfection system: 1)Must be able to heat disinfect the water distribution system up to the station boxes. The system must be capable of interfacing with the hemodialysis treatment machine systems to allow automated heat disinfection of the water inlet lines to the hemodialysis machines at the time of heat disinfection of the central loop at night. 2)System must be Ameriwater HeatSan or equivalent c.Pre-treatment system: Components shall include but not limited to: 1)Water mixing valve to provide water at approximately 77F. Temperature gauge installed with bypass. A thermometer for display of the tempering valve output water temperature. 2)Cold water bypass that allows cold water to bypass the tempering valve when needed. 3)Variable pressure booster pump provides flow rates up to 25 GPM @ 50 PSI. Single pump design includes: stainless steel pump, installation plumbing including 3 valve bypass, check valve, outlet pressure gauge, and pressure switch.. 4)The pre-filter is sized for the highest required flow rate in the system. The pre-filter housing is all polypropylene construction with inlet and outlet isolation valves and pressure gauges. The design utilizes dual open-end (DOE) cartridges of 1-5 micron nominal filtration (greater than 80% efficiency). Filters should be included based on water quality analysis & turbidity of the feed water supply. 5)Pretreatment Header assembly includes isolation and bypass valves, outlet PSI gauge, and sample port. 6)A single tank water softener sized to the maximum possible water usage by the RO based on the water hardness and a 30% safety factor is designed to regenerate every night that the center operates. A full flow 1 ¼" valve. The water softener is constructed of all non-corrosive components with a programmable electronic 7-day timer, with the time of regeneration and all cycles fully adjustable. 7)Automatic backwashing carbon tank system: The system must consist of at least a primary and a secondary tank. Each tank must be capable of providing water that meets AAMI water chlorine standards. Tanks shall be sized to provide minimum total Empty Bed Contact Time (EBCT) of 10 minutes. Each tank must interface to lockout RO when in backwash and must be equipped with a programmable control head for automated backwash cycle setup and must have a 7-day timer for display of the backwash cycle. Carbon tanks should be filled with pre-rinsed granular activated carbon material. 8)RO pre-filter to remove particles down to 1 micron from the feed water. d.Post-treatment and distribution system: All components shall be compatible with heat disinfection. System components include, but not limited to: 1)Pyrogen filtration system (0.05 micron): The system shall be sized to meet the required water flow rates of the water distribution system. 2)Distribution loop piping system: Piping made of material that meets AAMI standards and are inert to high purity water except standard schedule 40 or 80 PVC will not be acceptable. The piping material shall enable efficient heat disinfection of the disinfection loop. The loop design shall have no dead ends or blind loops and shall include a loop back pressuring system and recessed wall stations with stainless steel quick connectors and shut off valves for dialysis water and a water drain line. 3)A water sampling tap in the post-RO system to allow for daily sampling of RO product water. e.Emergency Deionizers (DI) system Capability: 1) Connections should be present so that a DI system shall be able to be used if needed as an RO bypass. The DI system should include the following capability for the following: 2) Contains an interface to allow at least two DI tanks to be put on-line and followed by 0.05 micron pyrogen filters. The number and size of the DI tanks shall be sized to provide sufficient deionized water for the size of the dialysis center. DI system shall not be included in the quote. f.Standard Operating Procedures (SOPs): 1)The contractor shall provide written SOPs and technically ready documents for the use of entire RO systems. Written SOPs and technically related documents shall be based on the manufacturers documented and validated instructions. The contractor shall update SOP documents as necessary, highlighting any areas that have been revised. g.Design specifications: 1)The contractor must provide all design specifications and layouts for the dialysis center water treatment room to ensure construction and design of the water treatment room meets RO system space and design requirements. Design and space documents must be provided: 2)The contractor must provide the design documents to VA upon contract award in both electronic (PDF) and paper format. The layout shall only include the systems and tanks requested by VA and shall not include optional tanks that are not requested by VA in this solicitation. 3)Once the system is installed, the contractor must provide completed clinic-specific as built drawing of the central RO system layout. The layout shall only include the systems and tanks requested by VA and shall not include optional tanks that are not requested by VA. h.Training: 1)Operator training: The contractor shall provide on-site operator training within 10 business days from the date the RO system is installed and activated. The contractor shall also provide annual on-site refresher training. The training shall include instruction on the care, handling, set-up, cleaning, and reprocessing of the equipment. 2)Maintenance training: The contractor must provide an option for in-depth biomedical maintenance training for three VA employees. This training may occur on-site at the VA dialysis center or at the contractor's training headquarters. The contractor's cost estimate for each RO system should include the cost of maintenance training (tuition, course materials) for three VA employees. This option may be deleted from final award. 3)System training CD. i.Miscellaneous items: 1)The contractor will be responsible for ensuring that the connectors are capable of withstanding heat disinfection, compatible with the dialysis machines used by the VA site, and able to be connected to the dialysis center wall boxes. 2)Water system operation and maintenance manual (electronic and paper copy) with system training CD. The contractor must provide two (2) complete sets of service manuals, including all schematics and service software of a type that is the same or equivalent to that utilized by the OEM's field service engineers 3)The contractor must provide and install all labeling and identification tags of system components and valves. 4)Electronic copy of all equipment labels with operational function, purpose, quality checks, factors affecting operation and actions. 5)A disinfection procedure of the newly installed system prior to putting it to activation. 6)FDA 510-K certificate that specifies the dialysis center address and the serial number of central RO system installed (electronic and paper copy). The contractor must hold the 510K certification for the device. 9.RO System Installation, Testing, Acceptance, and Payment Installation must be performed by a designated expert from the contractor's national headquarters and may be delegated to a local representative. Installation, testing, acceptance, and government payment for the RO system will adhere to the following process: a.Installation: The contractor's installation team will deliver and begin installation of the entire system and associated components (connect tanks) within 10 business days of contract award. Installation shall be completed within 20 calendar days of installation start date. Upon installation, the system shall be kept "dry" (no water in tanks) and shall not been turned on (activated). Once the tanks are connected, VA will maintain the option of turning on the water or keeping the system dry. This determination will be made by the dialysis center medical director. If the dialysis center is not ready, the RO system will be kept "dry" (water is not turned on). b.Activation: VA will notify the contractor when the RO system may be activated. The contractor will be responsible for activating the RO system at a location and date specified by VA. Activation of the RO system must occur within 5 business days of VA's request to activate the system. c.Testing: Once the RO system is activated, the VA must perform baseline testing on the RO system and send bacterial cultures, endotoxins, and chemicals from the baseline testing to for analysis and confirmation that testing results are within AAMI standards. If testing samples meet manufacturer and AAMI standards, the contractor must provide VA with a FDA 510(k) certificate in paper and electronic format. Once the contractor has provided the FDA 510(k) certificate, VA will have up to 30 days to complete internal testing (daily testing of chlorine levels, chemical and bacteriologic analysis tests, etc.) of the RO system before accepting and paying for the system. d.Acceptance and Payment: A decision regarding VA acceptance of the RO system will be made by the dialysis center medical director. VA payment for the RO system will not occur until all contractor and VA testing is complete and the VA dialysis center medical director has certified that the RO system operates according to manufacturer specifications, AAMI guidelines, and is safe to use to treat patients. 10.Equipment Defects and Failure: The below clauses set forth the process, requirements, and contractor responsibilities related to equipment defects and failures. Attachment A provides a description of contractor liabilities resulting from RO system failure. Attachment B provides a description of contractor responsibilities in situations involving RO system failure. a.RO failure of contractor baseline testing following installation: If the VA dialysis center medical director concludes that the results of the baseline testing do not meet AAMI standards, manufacturer specifications, or that the RO system is not safe to use to treat patients; the contractor will have 5 business days from the date baseline testing results are received to correct all defects and ensure the RO system meets all manufacturer specifications, AAMI standards, and is safe to use to treat patients. Correction of the issue by a contractor's local personnel may not be accepted by VA. If requested by VA, the contractor will be required to provide an expert from the contractor's national headquarters to correct the equipment issue. If the contractor is unable to correct the issue within 5 business days, the contractor will be required to replace the entire RO system and associated parts and supplies at no cost to the government. Replacement of the defective RO system must occur within 10 business days once the 5 business days allowed for the contractor to correct the issue has elapsed. The contractor will be liable to the government for the cost of dialysis center non-operation resulting from malfunction of the RO system (see attachment A). The contractor will also be liable for any construction costs associated with replacement of the RO system. The government will begin assessing damages once the 5 days allowed to the contractor to correct the issue has elapsed. Note: Contractor provision of a portable RO system will not be accepted by VA due to the time period required to test the portable system prior to treating patients. VA will only accept portable RO systems in situations involving replacement of an existing RO system (not purchased under this contract) while a new RO system is being installed. b.RO failure of VA internal testing following installation: If the VA dialysis center dialysis medical director determines after internal testing that the RO system does not operate according to manufacturer specifications, does not meet AAMI standards, or is not safe to use to treat patients; VA will notify the contractor of these findings. The contractor will have 5 business days from date of VA notification to correct all issues and ensure the RO system operates according to manufacturer specifications, AAMI standards, and is safe to use to treat patients. Correction of the issue by a contractor's local personnel may not be accepted by VA. If requested by VA, the contractor will be required to provide an expert from the contractor's national headquarters to correct the equipment issue. If the contractor is unable to correct the issue within 5 business days, the contractor will be required to replace the entire RO system and associated parts and supplies at no cost to the government. Replacement of the defective RO system must occur within 10 business days once the 5 business days allowed for the contractor to correct the issue has elapsed. The contractor will be liable to the government for the cost of dialysis center non-operation resulting from malfunction of the RO system (see attachment A). The contractor will also be liable for any construction costs associated with replacement of the RO system. The government will begin assessing damages once the 5 days allowed to the contractor to correct the issue has elapsed. Note: Contractor provision of a portable RO system will not be accepted by VA due to the time period required to test the portable system prior to treating patients. VA will only accept portable RO systems in situations involving replacement of an existing RO system (not purchased under this contract) while the new RO system is being installed. c.RO failure during warranty period: During the one year warranty period, VA will notify the contractor if VA determines that the RO system does not operate according to manufacturer specifications, does not meet AAMI standards, or is not safe to use to treat patients. The contractor will have 5 business days from date of VA notification to correct all issues and ensure the RO system operates according to manufacturer specifications, AAMI standards, and is safe to use to treat patients. If the contractor is unable to correct the issue within 5 business days, the contractor will be required to replace the entire RO system and associated parts and supplies at no cost to the government. Replacement of the defective RO system must occur within 10 business days once the 5 business days allowed for the contractor to correct the issue has elapsed. The contractor will be liable to the government for the cost of dialysis center non-operation resulting from malfunction of the RO system (see attachment A). The contractor will also be liable for any construction costs associated with replacement of the RO system. The government will begin assessing damages once the 5 days allowed to the contractor to correct the issue has elapsed. Note: Contractor provision of a portable RO system will not be accepted by VA due to the time period required to test the portable system prior to treating patients. VA will only accept portable RO systems in situations involving replacement of an existing RO system (not purchased under this contract) while the new RO system is being installed. 11.Work Requirements a.Required standards: The vendor will be responsible for ensuring that the equipment and services provided meet manufacturer guidelines, RO system 510 (k) compliance requirements, and national dialysis standards (i.e. AAMI and CMS guidelines, etc.). b.Evaluating deliverables: The VA dialysis center medical director, nurse manager, and biomedical engineering staff will be responsible for evaluating contractor performance. c.Supplies and equipment: The contractor will be responsible for supplying all materials required, installing all parts, and disposing of old material (such as filters, resin, DI tanks, carbon media, RO membranes, chemical solutions, testing strips) used during cleaning and/or disinfection procedures. The contractor shall place labels on all parts serviced that state the date of the service and the servicer's initials. 12.Government Furnished Property: Government furnished property will not be provided to the contractor. All equipment required by the contractor will be provided at their expense. 13.POINT OF CONTACT: The contractor shall provide the name and telephone number of an individual to act as his representative and be responsible for coordination of the contract with the Government. 14.INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer's Technical Representative (COTR), and submitted to VA FSC, P. O. BOX 149971, AUSTIN, TX 78714. A properly prepared invoice will contain: oInvoice Number and Date oContractor's Name and Address oAccurate Purchase Order Number oSupply or Service provided oTotal amount due 15.RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Attachment A: Contractor Liability for Damages Resulting from Reverse Osmosis System Failure The contractor shall be liable for actual liquated damages associated with failure of the reverse osmosis system (as determined by the VA dialysis medical center director) which prevents the dialysis center from operating at full (100%) capacity. VA will begin assessing actual liquated damages to the contractor once the 5 day period allowed to the contractor to resolve the equipment issue/s has elapsed. VA will assess damages in the amount of $244 per patient per day for each day of RO failure that requires VA to contract with community providers to provide dialysis treatment to patients. The contractor will be assessed damages for each day after the 5 day period has elapsed until the RO system equipment issue is corrected by the contractor to the satisfaction of the VA dialysis center medical director and VA is able to operate at full capacity. The contractor will also be liable for all costs associated with replacement of the RO system. Attachment B: Equipment Defects and Failure Timeline of Government and Vendor Responsibilities Reverse Osmosis Failure of Vendor Baseline Testing 1.VA dialysis center medical director concludes that the results of the vendor baseline testing do not meet AAMI standards, manufacturer specifications, or that the RO system is not safe to use to treat patients. 2.VA contracting officer notifies contractor in writing of this determination and requests contractor resolution of issue/s. a.Contractor is allowed 5 business days from receipt of written notification from VA to correct all equipment defects and ensure the system meets all manufacturer specifications and AAMI standards. 3.Contractor fails to correct identified issue/s within allowed time period. VA contracting officer provides written notification to contractor of failure to cure issue, initiates assessment of damages, and request replacement of the RO system. a.Contractor has 10 business days from receipt of written notification to replace RO system. Reverse Osmosis Failure of VA Internal Testing 1.VA dialysis center dialysis medical director concludes after internal testing that the RO system does not operate according to manufacturer specifications, does not meet AAMI standards, or is not safe to use to treat patients. 2.VA contracting officer notifies contractor in writing of this determination and requests Contractor resolution of the issue/s. a.Contractor is allowed 5 business days from receipt of written notification from VA to correct all equipment defects and ensure the system meets all manufacturer specifications and AAMI standards. 3.Contractor fails to correct identified issue/s within allowed time period. VA contracting officer provides written notification to contractor of failure to cure issue, initiates assessment of damages, and request replacement of the RO system. a.Contractor has 10 business days from receipt of written notification to replace RO system. Reverse Osmosis Failure during Warranty Period 1.VA dialysis center dialysis medical director concludes that the RO system does not operate according to manufacturer specifications, does not meet AAMI standards, or is not safe to use to treat patients. 2.VA contracting officer notifies contractor in writing of this determination and requests contractor resolution of the issue/s. a.Contractor is allowed 5 business days from receipt of written notification from VA to correct all equipment defects and ensure the system meets all manufacturer specifications and AAMI standards. 3.Contractor fails to correct identified issue/s within allowed time period. VA contracting officer provides written notification to Contractor of failure to cure issue, initiates assessment of damages, and request replacement of the RO system. a.Contractor has 10 business days from receipt of written notification to replace RO system. EQUIPMENT LIST: 14 STATION WATER TREATMENT SYSTEM Blend Valve Assembly: 10054-00371 ¼" x 1 ¼", Flow Range 5 - 37 GPM Booster Pump: CME Variable Pressure 100801901 ½ HP, 208-230V, 1PH System Pre-Filter 200210091.5", IN/OUT for 20" x 4 ½" Cartridges, System Pre-Filter Cartridges: 220-221220" x 4 ½", 1 ?m, Pleated Pretreatment Headers: 3009595 1.5" Assembly with Bypass 2Carbon Fleck 7000 SXT Backwashable Filters: Requires 15.6 Cubic Feet to Meet 10 Minute EBCT 00957424" x 65", 9 ½ cu ft Automatic Fleck 7000 SXT Water Softener: Based on 3 Grains Hardness 100956014" x 65", 104,000 Grains RO Pre-Filter: 100210091.5", IN/OUT for 20" x 4 ½" Cartridges MRO Pre-Filter Cartridges: 120-221220" x 4 ½", 1 ?m, Pleated Reverse Osmosis System: 100MDP2-230Double Pass, 3 Membrane, 10,080 GPD, 208/230V, 3 Ph Deionizer Bypass Header: 10011-0026w/Resistivity & Dump Connection, and Sample/Flush Valve - ¾" Pre-Distribution Loop Endotoxin Stainless Steel Filter Housing: 10021035 ¾" Single, 20" Endotoxin Filter Cartridges: 120-30460.2?m, 2.5" x 20", 222, Pall Wall Boxes for Heat *: 100082-0030Water, only CMS Water Treatment Label Kit: 199-9075Label Kit Central System Valve Tags and Labels: 10099-0001Central System Valve Tags (100) and Labels Packaging: Central Systems 1PKG14-2514 to 25 Stations Heat Disinfection System: 100HS208208V, 3 Ph Installation Kit: 10088-0008HeatSan to MediQa Installation Kit Materials - Pro Pex fittings, stainless steel adapters, tees and rings 400' Aqua Pex Tubing and insulation 4 Maintenance Stations valves 6Cabinets with laminate surfaces Cabinet installation Cabinet delivery 12Central RO Installation Materials - pipe and fittings Labor 50 man hours Travel 14 hours/ 1man 14 hours/2 men Hotel/Per diem 9 man days Install HeatSan Loop Heat Disinfect Labor - 32 man hours Travel 8 hours - 2 men
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24714R1550/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-R-1550 VA247-14-R-1550_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607443&FileName=VA247-14-R-1550-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607443&FileName=VA247-14-R-1550-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-R-1550 VA247-14-R-1550_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1607443&FileName=VA247-14-R-1550-000.docx)
- Record
- SN03490452-W 20140901/140830233326-e033fd7d97cf20031c503434293d6c57 (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 |