Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
DOCUMENT

65 -- 552-14-3-6325-0009 - Sterilizer - EMS - Attachment

Notice Date
9/5/2014
 
Notice Type
Attachment
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25014Q0773
 
Response Due
9/22/2014
 
Archive Date
11/21/2014
 
Point of Contact
Christopher A. Callihan Contract Specialist
 
E-Mail Address
lthcare
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and conducted under FAR subpart 13.5 - Test Program for Certain Commercial Items and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-14-Q-0773 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The associated NAICS code 562211 HAZARDOUS WASTE TREATMENT AND DISPOSAL and small business size standard is $35,500,000.00. The requirement is to replace the Dayton VA Medical Center's existing on-site sterilization of infectious waste system. This requirement is to remove and dispose of the existing system and install a new system and make any necessary modifications to the existing location. See attached statement of work for description and requirements. Delivery location is the Dayton Veterans Affairs Medical Center, 4100 West Third Street, Dayton, OH 45428. Delivery is expected within 90 of the Receipt of the Order This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; and the following clauses: 52.203-16, 52.203-17, 52.228-5, 52.232-40. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-5, 52.209-7, 52.233-2. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery/Installation Schedule. The following VAAR Clauses apply 852.203-70 852.203-71 852.211-70 852.232-72 852.246-70 852.246-71 The Following VAAR Provisions apply 852.211-72 852.233-70 852.252-70 852.270-1 A mandatory site visit is scheduled for 12 September 2014 @ 10:00a.m. Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 22 September 2014 5:00 p.m. EST. STATEMENT OF WORK VA250-14-Q-0488 Autoclave Sterilizer Background: The Dayton VA Medical Center has a requirement to replace its existing on-site sterilization of infectious waste system. This requirement is to remove and dispose of the existing system and install a new system and make any necessary modifications to the existing location. The diagram below is provided as reference to the available amount of space in the current systems location. Any new on-site treatment of infectious waste system must conform to Joint Commission's Standards for Sterilizer and Compactor Systems. The infectious waste system mitigates and manages the consequences of disasters (both natural and man-made) or other emergencies that affect the hospital's Environment of Care. On site sterilization prevents removal of unsterilized red bag waste, by road transportation, thus preventing possible accidents and spills, thereby creating a safe removal for our neighborhoods and environment. Weather conditions can also delay removal, thus, when the waste is sterilized on site there is no harm to staff, patient, or our general population, thereby rendered non-hazardous and suitable for disposal as general waste. A site visit is scheduled for Friday 12 September 2014 @ 10:00a.m. Please contact Christopher Callihan No Later than 2:00p.m.on Thursday 11 September 2014 to confirm your attendance. Attendance is mandatory in order to quote. Questions must be submitted No Later Than 5:00p.m., Tuesday, 16 September 2014 and Quotes will be Due no Later Than 5:00p.m., Monday 22 September 2014. Attendees will meet in the lobby of PATIENT TOWER/ BLDG 330 Christopher A. Callihan 4100 W. THIRD ST. Contract Specialist DAYTON, OH 45428 Network Contract Office (NCO) 10 Office: 216-447-8300 x3374 Email:christopher.callihan@va.gov Objectives: The purpose of this transaction is to provide a modular designed integrated sterilizer/compactor system that has a processing capacity to meet organization and tower needs. Once the waste has been sterilized, the material automatically discharges and must be movable or automatically discharged into a compacting unit. Tasks: Contractor shall provide supervision, materials, equipment and labor to provide and install Autoclave with sterilizer, compactor, and maceration equipment. The minimum capacity for the drum in the sterilizer must be at least 400 Gallons and hold a capacity of at least 200 pounds of waste. This can be achieved with one or more units as long as they fit into the existing space. Contractor shall be responsible for ensuring the equipment arrives at the VAMC Dayton per the scheduled time mutually agreed upon with the VA and that it fits into existing space. Contractor shall be responsible for coordinating any work with a subcontractor they are working with, along with VA personnel. Contractor shall be responsible for all on site measuring and assuring all dimensions/measurements are accurate and correct. Contractor shall be responsible for locating all sanitary drains, plumbing, electrical and communication lines/receptacles/connections in conjunction with VA personnel pertaining to the installation. Contractor shall be responsible for ensuring equipment shall fit within the established and existing footprint at the back dock area of Building 330 and that the equipment will fit under the existing canopy in that area. Contractor shall have fully trained and certified installers, technicians and mechanics performing the work. Contractor should be willing to offer trade-in on existing equipment that is acceptable to VA and shall remove equipment from medical center property. Contractor shall provide on-site training and factory certification training for two operators, one supervisor, two managers, four work leaders, and four to five engineers at contractor's expense. Contractor shall provide training for key personnel on all three shifts. Contractor shall comply with manufacturer's recommendations on installation and any hardware and tools necessary to complete the installation. Contractor shall give the VA a two week notice before new equipment arrives on station. Contractor shall coordinate installation dates with VA POC for mutually agreeable dates. Contractor shall start removal of existing equipment on a Friday morning and start installation of new equipment on Sunday. Contractor shall be responsible for getting equipment up and running by the third day on station and shall have a technician on station for another two days following the initial start- up. Within 90 days after installation contractor shall provide additional on-site technical support to ensure equipment is running properly and there are no issues. Technical support shall also provide any refresher training needed to VA personnel. Contractor shall be responsible for acquiring any permits required by Federal, state or local agencies before installation begins and shall be in compliance with any building/fire codes applicable to installation. Contractor shall be responsible for removing all trash, debris and excess parts from medical center property after installation is complete. Installation shall be coordinated with EMS. To meet the needs of the Government, the contractor must be able to supply equipment that meets the following salient characteristics: Equipment must be able to be installed outside the building, and will be exposed to all weather conditions. If site preparation is needed to allow equipment to be used the contractor must submit the plan in writing, detailing any changes that will be made and must be approved by engineering service at the Dayton VAMC prior to execution. All materials and labor required to make modifications of the space must be included as a part of the initial bid. If existing compactor will be used as a part of the plan the contractor must clearly state that in his site plan. This will also include the two existing roll on roll off containers. Compactor is self- contained. Once hazardous waste is put into the sterilizer and "treated" the waste is compressed by the compactor into the roll on roll off sealed container. The contractor shall ensure that appropriate barriers are erected around any storm drains in order to ensure protection of those systems. There must be at least two roll on roll off sealed containers, Marked Property of the Dayton Department of Veterans Affairs in a permanent way that is readily identifiable upon visual inspection. Removal and processing of the waste is not a part of this contract. This contract is for the equipment and installation only. Compactor can be used for regular medical center waste along with RMW once RMW is autoclaved. Equipment must have Electronic Management System that monitors each aspect of waste processing, weight of material being processed & disposal operation. Management System has the capability of transmitting information such as waste generated the number of cycles per day it runs, and utility usage to designated personnel at VA along with the factory. Must have the ability to transmit to fax machine, or VA e-mail via personal e-mail, cell phone, IPAD, or CPU computer and notify hauler when pick up is required. Unit shall require only one outside line for communication. The container shall have a warning system that alerts the organization when it is at 50%, 75%, and 100% full. The system should be able to record and report final weight of the roll on roll off container. Must be able to process two loads at the same time. Must fit onto existing dock space. Any measurements are only an estimate and the contractor will be responsible for taking appropriate measurements to guarantee that the equipment will fit into the existing space. Existing plumbing fixtures must be used and equipment must be able to utilize existing connections. The contractor is responsible for all materials and equipment need to marry the existing systems to the new equipment. Must have a minimum of a 40 cubic yard liquid sealed roll off container and accompanying compactor unit if existing compactor and container units will not be used. Must have a Stage I & II cold weather package must be used if required to operate in the space or site modifications to be performed by the contractor. If site modifications are to be made all plans must be submitted to Dayton VAMC for approval and all materials, labor and permits must be made as a part of the bid. Deodorant system package is required if odors are produced and auto-weighing package or computer system. Must be able to use existing electrical which is 3 phase power, 120V@40Amps and 480V@30Amps Must be willing and capable of extending trade-in offer for existing equipment and removing from medical center grounds at their expense. System must be able to make medical waste unrecognizable. System must be able to handle the following: Biological agents and infectious materials, needles, syringes, disposable surgical instruments, confidential materials, sharps containers, and needle boxes. Delivery: Delivered to the Dayton VA Medical Center Attn: Environmental Management Service (137) 4100 W. Third Street, Dayton, Ohio 45428 within 90 after the Receipt of Order, Installation is by vendor and shall be complete by Close of Business on the third day after arriving on station. Security Requirements: The contractor will need to be granted physical access to the dock to install and the system. There are no Information Security elements related to this procurement. At least 2 weeks' notice prior to requiring access must be given to ensure access is not delayed. Place of Performance: Department of Veterans Affairs Dayton VA Medical Center Attn: Environmental Management Service (137) 4100 W. Third Street Dayton, Ohio 45428 Period of Performance: 90 Days ARO Inspection and Acceptance Criteria. Biomedical Engineering staff will determine that the unit has been received and is fit for use. Evaluation and Award This acquisition will be conducted under FAR subpart 13.5 - Test Program for Certain Commercial Items and evaluated following the procedures in FAR Part 13. The evaluation and award will be made the offer that represents the best value to the Government. In addition to price, the following factors will be considered: technically meeting the requirement, delivery/installation availability. The Government intends to make an award based on the initial quotations therefore offers should ensure that complete information and best offer is provided with initial submission. In addition to completing the Price/Cost Schedule offers must submit specification sheets that provide sufficient detail to allow for a technical evaluation, and any brochure or catalog information that will accurately depict the offered product and proposed delivery and installation date. Price/Cost Schedule The items indicated below are not meant to be a complete list but identify the expected main components. Contractors should list all applicable priced components required to satisfy the requirements indicated above. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQTYUNITUNIT PRICEAMOUNT 1Sterilizer, contaminated waste [Autoclave w/slide sterilizer and compactor] See Specification1.00EA________________ 2Roll-off container, liquid sealed1.00EA________________ 3Load Platform 1.00EA________________ 4Mounted cart dumper 2.00EA________________ 5Weighing system 1.00EA________________ 6Heavy duty steam wash down kit 1.00KT________________ 7Stage I/II Cold weather package 1.00EA________________ 8Full Length Machine stand 1.00EA________________ 9Full Length flared guide channels 1.00EA________________ 10Monitoring software package 1.00EA________________ 11Sterilizer & Compactor spare parts package 1.00PG________________ 12Deodorant system package or Odorless system1.00PG________________ 13Installation- Service Technician will visit facility within 60 days after unit becomes operational to check systems operation, re-inservice personnel and answer any questions/issues. 1.00JB________________ 14Trade-in of old unit: Autoclave-San-i-pak Model 351XLW/SLIDE SN: 351-4440207-660-4497 1.00EA________________ 15Operator's manuals 2.00EA________________ 16Service manual containing parts lists, schematics, and wiring diagrams. 1.00EA________________ GRAND TOTAL__________________ Delivery Schedule ITEM NUMBERQUANTITYDELIVERY DATE 1-16SHIP TO:Department of Veterans Affairs Dayton VA Medical Center 4100 WEST THIRD ST. DAYTON,OH 45428 9000ALL MARK FOR: Ross, Jahmal T.E. Jahmal.Ross@va.gov (937) 268-6511 X2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25014Q0773/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0773 VA250-14-Q-0773.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617040&FileName=VA250-14-Q-0773-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1617040&FileName=VA250-14-Q-0773-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third St.;Dayton, OH 45428
Zip Code: 45428
 
Record
SN03497934-W 20140907/140905235206-66c07efea80afbe7e0d429fce97e958f (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.