Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
DOCUMENT

65 -- 544-15-1-126-0026-Portable RO systems- 544 - Attachment

Notice Date
12/2/2014
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies 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
VA24715R0131
 
Response Due
12/5/2014
 
Archive Date
1/4/2015
 
Point of Contact
David Thomas
 
E-Mail Address
Contract Specialist
(david.thomas69e89@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. This synopsis is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The WJB Dorn VA Medical Center, located in Columbia, South Carolina, is seeking information for market research to gain knowledge of potential qualified sources to determine an acquisition strategy. This sources sought synopsis is not a request for proposal. This request for information is for planning purposes only and shall not obligate the Government to acquire any products or services. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. Your responses to this sources sought will be treated as information only. The results of the market research will be used to determine the best overall acquisition strategy. Attached is a list of items and the Performance Based Work Statement needed for the Hemodialysis Department at the VAMC. Submission Requirements: Responses to this announcement must be received no later than 2:00 p.m. eastern standard time, Friday December 5, 2014. Interested firms may submit capability statements via email only to david.thomas69e89@va.gov. Responses should be transmitted with attachments in Microsoft Word or PDF format. No zipped files. No telephone requests will be honored. Any questions regarding this notice should be directed to David Thomas, via email at david.thomas69e89@va.gov As part of the capability package, firms must include the following: (1) Capability Statement demonstrating the capability to provide the items listed in the attached Specifications document. Capability statement must be sufficient to demonstrate your ability to provide the items listed (2) Business Size and socioeconomic status (3) Contact information, name, title, telephone number, and e-mail address of designated corporate point of contact. (4) Describe your recent and relevant contracts received within the past three years that demonstrates your companies' ability to provide the items listed in the attached specifications document. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; award date; and a brief description of the contract requirements. PERFORMANCE BASED STATEMENT OF WORK 1. GENERAL: The successful offeror shall provide all plant, labor, equipment, materials, supervision, test equipment, repair/replacement parts, schematic drawings necessary for the delivery and installation of portable Reverse osmosis (RO) water system to the hemodialysis clinic on the 5th floor in building 100 located at Veterans Health Administration, William Jennings Bryan Dorn, Medical Center (WJBDMC) 6439 Garners Ferry Road., Columbia, South Carolina 29209. The equipment shall be maintained for operation and performance. All work shall be performed in accordance with the terms and conditions contained herein. 2. BACKGROUND: The WJB Dorn VA Medical Center at 6439 Garners Ferry Road, Columbia SC 29209 is part of VISN 7 and is a teaching hospital, providing a full range of patient services. The hemodialysis unit is located on the 5th floor of the main hospital building. The clinic operates six days per week and is closed on Sundays. The clinic utilizes portable RO machines in order to perform life-saving hemodialysis treatments to acutely ill patients in the intensive care units (ICUs). Nursing staff and physicians are on call 24 hours/day, 7 days per week in order to provide this service and use these portable RO machines to perform treatments. 3. Scope: A.The breakdown of the project is as follows: I.Items must be delivered and installed by 1/30/15 II.Deliver, install and test 4 identical portable RO systems designed for Hemodialysis 1.The units should pre-treat and purify potable water for use in the preparation of dialysate solution suitable for hemodialysis and related therapies in accordance with current AAMI/ANSI/ISO and Federal Standards III.Portable RO systems must have: 1.Single wheeled cart mounted portable system. 2.Integrated heat disinfect 3.Data logging capability 4.Leak and water loss detection systems 5.Built in backflow prevention 6.Semi-automatic chemical cleaning program 7.510K FDA medical device clearance 8.Filox filter or equivalent pretreatment 9.User replaceable carbon-filter technology (no tanks) 10.Post-RO Endotoxin filter 11.Purified water, RO, connection to dialysis machines must accept male Hansen HK series quick connects (Ameriwater 044-0106, two way socket adapter). 12.Security Key to allow for chemical or heat disinfection a.System must require manual return of key position to service mode to verify completion of heat disinfection IV.Verify performance and test water to meet AAMI standards V.Provide operational training to on-site staff VI.Provide user and operation manuals VII.Provide a one year all inclusive warranty for the portable RO machines. Services covered under the warranty include performance of all corrective and Semi-Annual preventative maintenance services and provision of all necessary supplies. The minimum required preventative maintenance services/supplies are: supplying sterilant for disinfection, supplying residual testing strips, provision and exchange of pre-filter cartridges, provision and exchange of endotoxin filters, provision of low pH and high pH solution and cleaning of RO membranes, replacement of the carbon filters, and performance of second Semi-Annual PM one year from date of VA acceptance of the RO system. VIII.Provide standard repair and maintenance training to biomed staff and clinical staff 4. DAYS AND HOURS OF OPERATION: Monday - Friday, 8:00 a.m. to 4:30 p.m. excluding federal holidays. 5. PERFORMANCE REQUIREMENTS: a.The Contractor will furnish all necessary supplies/parts, manuals and schematic drawings necessary to install portable RO water system and scheduled semi-annual preventive maintenance service, b.Contract to include all major and minor parts, supplies necessary for repair and maintenance. Contractor shall have access and readily available manufacturer's replacement parts. c.Preventive maintenance will be done during normal working hours, Monday through Friday, 8:00 A.M. to 4:30 P.M. excluding Federal Holidays. d.The Contractor will contact the COTR by phone (803) 776-4000, ext. 7583, to arrange for all services on this station. e.The Contractor will contact or be contacted by the Chief, Biomedical Engineer, Room LC143, at telephone (803) 776-4000 ext 7583, to arrange for all services, in addition to signing in, the contracting personnel will identify himself to Biomedical Administrator/Technician before proceeding to the job site. f.The Contractor will provide equipment manufacturer's recommended service and preventive maintenance procedures and schedules. g.The medical utilization of the instrument. h.Performance verification will be required at the conclusion of every preventive maintenance and emergency repair event. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing must conform to established performance criteria for the instrument. i.Preventive maintenance schedule (PM) shall be on Semi-Annual basis j.Each maintenance will include inspection for internal and/or external causes of medical and electronic problems, including: k.Wear, misalignment, maladjustment, damage or other malfunctions with respect to the manufacturer specifications. l.Inspection for electrical safety and fire hazards. m.Cleaning and lubrication of equipment as required. n.Repair or replacement of all defective components necessary to conform to instrument specifications. o.Calibration or standardization of instruments required. p.Testing for proper operation of entire system and subsections. q.Document proper function and performance of instrument. r.Contractor will have necessary equipment, parts and supplies on site. For scheduled maintenance service, the Contractor must have all necessary equipment, parts and supplies on site at the start of the service call. s.Only new standard parts shall be furnished by the Contractor in effecting repairs or PM. Parts supplied by the Contractor, or in special cases by the Biomedical Engineer, will be installed by the Contractor. t.Parts that must be replaced for maintenance objectives shall carry standard commercial warranties of ninety (90) days. Likewise, the repair work itself will carry at least ninety- (90) day's warranty. u.All parts replaced will be identified by part number as shown on the schematics/parts list. Actual cost of parts will be placed on service report, but will be billed as a no charge item on Contractor's invoice. All parts replaced, shall be new/exchange replacement parts, as suggested by the original manufacturer. v.If performance does not conform to the contract specification, the Government will require the Contractor to perform the service again in order to conform to contract specifications, at no increase in the contract cost. When the defects in service cannot be corrected by re-performance, the Government may: 1.Require the Contractor to call in a certified technical expert on the listed instrument. 2.Specifically require the Contractor to call in a senior technical engineer from the manufacturer. w.Repeated malfunctions of any systems component or subsection for more than five times within one month will not be tolerated. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause if repeated failures. The Contractor in this situation must either: 1.Make repairs such that the identified problems are corrected to the extent that repeated failures are eliminated 2.Prove that the equipment is not faulty and that an external cause for the problem exists with recommendations for resolution. 3.Hire an outside expert, Biomedical Engineering's prior approval and at the Contractor's expense, to make all the necessary diagnosis and repairs. 4.After each service-call, a service report containing the following information shall be provided: (a)Date and total hours of service. (b)Parts installed (part # and part costs). (c)Safety checks. (d)Performance data. (e)Service comments or remarks. (f)List of test equipment used with serial numbers. 8. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with Performance Based Matrix. 9. 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 10. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24715R0131/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-R-0131 VA247-15-R-0131_SS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1753634&FileName=VA247-15-R-0131-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1753634&FileName=VA247-15-R-0131-000.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: 6439 Garners Ferry Road;Columbia SC
Zip Code: 29209
 
Record
SN03584701-W 20141204/141202234343-b8ae27209480e890cc4abd0fb09c8dd2 (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.