Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
DOCUMENT

J -- Pneumatic Trash System Maintenance - Attachment

Notice Date
6/1/2016
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Solicitation Number
VA25116Q0293
 
Response Due
6/8/2016
 
Archive Date
8/7/2016
 
Point of Contact
Carlita J. Buffington
 
E-Mail Address
carlita.buffington@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION NOTICE This is a market survey for information and planning purposes only. This Sources Sought Notice serves to improve the understanding of Government requirements and industry capabilities regarding Transvac pneumatic trash system. This notice should allow potential offerors to judge whether or not the Government's requirements can be satisfied within the offerors' capabilities. Funding is available at this time. North American Industry Classification System (NAICS) code: 561210. BACKGROUND The John D. Dingell Veteran Affairs Medical Center (JDDVAMC), 4646 John R, Detroit, MI. 48201 has a requirement for the existing Transvac Pneumatic trash system. The prospective vendor must furnish all labor, supervision, tools, equipment, transportation, and management necessary to provide weekly, monthly, quarterly, and annual preventive maintenance for the existing Transvac Pneumatic trash system at the JDDVAMC. The major components of the Transvac pneumatic trash system at the JDDVAMC include: butterfly dampers, loading stations, trash collector, velocity monitors, scrubber, system fan, system air compressor, system air dryer, and system ductwork. The system components are located throughout the campus. The Contractor shall perform all periodic inspections, tests and maintenance in accordance with the manufacturer's recommendations including: a. Butterfly Dampers, Weekly: Oil cylinder clevis pivot points. b. Loading Stations, Weekly: i. Check cylinder rod for connection & movement. ii. Oil inner door tracks (clear any debris). iii. Lubricate thumb latch and solenoid mechanism with silicon based lubricate. iv. Inspect and replace gasket and seals as required. c. Trash Collector, frequency noted below: i. Weekly, Oil pneumatics if needed. ii. Monday, Wednesday, Friday: Inspect trash collector's iii. Screens for debris and remove material buildup. iv. Weekly, power wash screens. v. When internal velocity monitor readings are below minimum requirements inspect and remove debris. vi. Weekly, oil cylinder clevis points vii. Monthly, Inspect and replace gaskets and seals. d. Velocity monitors, Monthly: Remove plastic tubing and clear as needed, check and clear ports on body, pathway to internal pipe should be open and clean. e. Scrubber, Monthly: Inspect internal louvers for buildup and clean as needed; and inspect and repair gaskets and seals. f. System Fan, frequency noted below: i. Annually, grease motor bearings per manufacturer's instructions. ii. Monthly, inspect fan blades for buildup and clean as necessary. g. System Air Compressor: Check and replace lubricant levels, pressure relief valves, air filters and belts per manufacturer's recommendations. h. System Desiccant Air Dryer: Check and replace desiccant, pre-filters and after filter elements per manufacturer's recommendations. i. System Ductwork: check and clear obstructions in ductwork from loading stations to trash collector as required. SMALL BUSINESS DETERMINATION In order for the Government to set aside any acquisition over the Simplified Acquisition Threshold ($150,000), there must be a reasonable expectation that offerors can satisfactorily perform contract requirements and that award will be made at a fair market price. Total set-asides cannot be made unless such a reasonable expectation exists. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-asides early in the procurement process in order to preclude the need for a modification of the acquisition strategy later. Your response will assist greatly in the formulation of an acquisition strategy that maximizes the participation of small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business or women-owned small business concerns. Interested firms are asked to respond to this RFI with your experience, capabilities and business size status (either large or small) for providing Transvac pneumatic trash system in a healthcare setting as well as guaranteeing the required minimum improvement of customer and employee satisfaction scores upon completion of each year of the prospective contract. VENDOR CAPABILITY Interested and qualified vendors are encouraged to: 1)Send a summary of their company's capabilities, and company history/information, and any information you deem beneficial to this notice; 2)Briefly describe capability to furnish all labor, supervision, tools, equipment, transportation, and management necessary to provide weekly, monthly, quarterly, and annual preventive maintenance for the existing Transvac Pneumatic trash system described above; and 3)Include your company's point of contact, address, e-mail address, telephone, DUNS, Socio-economic identification (WOSB, SDVOSB, VOSB, etc.). All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly. GOVERNMENT POINT of CONTACT No phone calls accepted. "Transvac pneumatic trash system - Sources Sought Response" and your company name in the subject line of your e-mail. Responses due Wednesday, June 08, 2016 at 4:00 pm (EST). Provide information via e-mail to: Primary Point of Contact: Carlita J. Buffington Contracting Specialist E-mail carlita.buffington@va.gov NOTE TO RESPONDERS Submitting company information does not bind the Department of Veterans Affairs for any future solicitations or contracts resulting from this RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement and/or any follow-up information requests. If at any point you deem the information you provide to be consulting services, cease participation and notify the Contracting Specialist immediately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25116Q0293/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-16-Q-0293 VA251-16-Q-0293.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2768276&FileName=VA251-16-Q-0293-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2768276&FileName=VA251-16-Q-0293-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04135441-W 20160603/160601235437-2733622823fdf14556faa79bf2bfd143 (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.