Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2014 FBO #4677
DOCUMENT

66 -- Rack Washer - Attachment

Notice Date
9/12/2014
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26114Q1229
 
Response Due
9/18/2014
 
Archive Date
11/17/2014
 
Point of Contact
Daniel Czech
 
Small Business Set-Aside
N/A
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 proposed contract action is for supplies or services for which the Government intends to award using other than full and open competition. Interested persons may submit offers, and all eligible offers received prior to the date specified in FedBizOpps will be considered by the Government. The NAICS code is 333318 and the size standard is 1,000 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. Only emailed requests received directly from the requester are acceptable. This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT ***All items are considered "Brand Name or Equal"*** 0001 1 EA $____________________ $_____________________ Product Number: GPRW 900 Tecniplast (Rack Washer) Description, in accordance with attached statement of work. Offering on: Manufacturer:______________________ Brand:________________________ Number:_________________________ 0002 1 JB $____________________ $_____________________ Tecniplast Installation (in accordance with attached statement of work), Placement, Commissioning & Training for item under CLIN 0001. This CLIN must be in accordance with the attached wage determination. Offering on: Manufacturer:______________________ Brand:________________________ Number:_________________________ GRAND TOTAL --- $________________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL DELIVERY ADDRESSES: VA Palo Alto Health Care System Veterinary Medical Unit 3801 Miranda Ave Bldg 54 Palo Alto, CA 94304-1290 Due 30 days ARO. Contractor shall coordinate delivery of all CLINs with technical POC provided at time of award. Evaluation Factors Offerors quoting "Or Equal" Products will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, offeror that meets the following salient characteristics: Items must: 1.Use very short cycle time while maintaining the highest level of validated cleaning performance. Wash cycles (wash, drip, dry, etc.) must be as short as 4-6 minutes for rodent equipment to reduce operating cost for utilities and waste treatment. 2.Separate pumps and delivery piping delivers wash and rinse water to dedicated wash and rinse nozzles eliminating possibility of cross-contamination. 3.Air tight, bio-contained inner chamber allows machine to be used as validated VHP or CLO2 Decon Chamber. 4.No water leaking out during operation, no steam escaping into room during operation, reducing the HVAC load, and no need for supply or exhaust canopy. 5.True Back-flush with self-cleaning debris filter. 6.Very low utility usage (NROI-net return on investment - within a few years). 7.Very low detergent usage (approximately 0.2%). 8.PLC touch screen controlled. 9."Reusable Throwaway" Alkaline and Acid Solution System. The washer shall be provided with a wash solution side tank to allow the reuse of the alkaline detergent solution. System is capable of automatically returning the alkaline detergent solution to the side tank or pumped to drain. 10.Allow for up to 10 treatment cycles to be programmed to clean a variety of caging supplies. 11.Once activated, the cycle is completely automatic. 12.Have completely separate wash and rinse circuits. 13.Has a self-starting cycle, allowing water to warm up, decreasing the start up time of daily operations. 14.Have a "True" Self Cleaning Cycle allowing automatic cleaning of the washing chamber and the wash tank. 15.Be able to set main parameter under password - Wash temp, Rinse temp, wash/rinse length, detergent concentration, waste water control parameters 16.Have each door is double wall construction. Insulated with 20mm non-flammable polystyrene, and equipped with an inflating silicone gasket to make the wash chamber airtight. Passive gaskets are NOT acceptable. 17.Have pump body and impeller must be made of AIS1316 stainless steel, welded or tri-clamp connected 18.Have 112 nozzles for wash and 64 nozzles for rinse. It has circumcentric (pipe within a pipe, separate wash and rinse) arms technology to guarantee no cross-contamination. 19.Have Emergency Bars positioned in both sides of the internal walls of the washing chamber to halt immediately the working cycle and to make the system inoperative. Both doors must be open whenever engaged. Emergency Cables are NOT acceptable. 20.Have Siemens Solid-state microcomputer control system that monitors and automatically controls all process operations and functions. VAPAHCS has Siemens so VAPA Engineering monitoring is a simple connection. 21.Have Hydrogen Peroxide vapor quick lock integrated ports for connection to portable VHP generator. 22.Be compatible with existing facility utility connections and capacity. a.Electrical Supply - 480V 60Hz three-phases + n + earth, Max installed power 20.7 HP 25A, Earth leakage protection: 300mA. b.Water - Dynamic pressure:29-44 psi, Supply temperature: 59-140 degrees Fahrenheit, Max hardness: CaCO3 15 Fr, Consumption: 13.2 gallon/cycle (132 gallon initial fill), Supply flow rate 951 gallon/hour. c.Drain - Max flow rate 1 gallon per second. d.Exhaust - 590 CFM, Max fan rating 700 Pa, Max ductwork resistance 350 Pa. e.Compressed Air - Dynamic pressure: 87 psi, Quality: filtered, dry and oil free, Consumption: 1.23 CFM at 87 psi. f.Steam - Dynamic pressure: 44-72 psi, Quality: filtered and dry, Peak flow: 330 lbs/hour, Consumption flow: 199 lbs/hour. g.Clean Steam - For thermal disinfection requires Dynamic pressure: 44-72 psi, Quality: filtered and dry, Peak flow: 221 lbs/hour, Consumption flow: 178 lbs/hour 23.Match the footprint of an existing rack washer a.External Size: 2210W x 2542L x 2500H mm (87"W x 100"L x 99"H) b.Internal Chamber: 920W x 2100L x 2100H mm (36"W x 83"L x 83"H) c.Pit: 2200W x 2530L x 150H mm (87"W x 100"L x 99"H) Chamber inside bottom must align with finished floor. 24.Must be fit for use as a heavy duty, large capacity hydro spray batch-type washer designed for thorough, efficient cleaning/disinfection of cages, racks, IVCs, transport trolleys, debris pans and miscellaneous items used in care of laboratory animals. Offers are due by the date/time specified in FBO at 3:00 pm PT. Offers are due to Daniel.czech@va.gov. THE FOLLOWING SOLICITATION PROVISIONS/CONTRACT CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND RESULTING ORDER: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Doubles-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jul 2014) For the purposes of this clause, items (b) 1, 4, 8, 12, 25, 28-35, 20, 45, 46 and 53 are considered checked and apply. Items (c) 1, and 2 are considered checked and apply (with the fill-in being, "see wage determination"). FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAR 852.237-70 Contractor Responsibilities (Apr 1984) For the purpose of this clause, the fill-in is "Any state in which performance under this order occurs." VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://www.sam.gov. FAR 52.233-2 Service of Protest (Sept 2006) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) For the purpose of this clause, protests may be submitted to the Contracting Officer at the address listed above. VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.252-70 Solicitations Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26114Q1229/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-14-Q-1229 VA261-14-Q-1229.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631316&FileName=VA261-14-Q-1229-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631316&FileName=VA261-14-Q-1229-000.docx

 
File Name: VA261-14-Q-1229 Attachment 1 - Statement of Work.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631317&FileName=VA261-14-Q-1229-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631317&FileName=VA261-14-Q-1229-001.docx

 
File Name: VA261-14-Q-1229 Attachment 2 - Wage Determination.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631318&FileName=VA261-14-Q-1229-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1631318&FileName=VA261-14-Q-1229-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03508387-W 20140914/140912235139-6b449e2a2f4d37bad312e4025da089d2 (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.