Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

65 -- UVC Sterilizer - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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
VA25017Q0237
 
Response Due
2/24/2017
 
Archive Date
4/25/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
Small Business Set-Aside
N/A
 
Description
Page 4 of 4 This "Sources Sought Notice" is to determine sources for providing 30 EA MoonBean3 UVC Sterilizers (or equal) for the Louis Stokes Cleveland VA Medical Center. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals. All responsible sources may submit a capability statement which shall be considered by the agency. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. Objective: This activity proposes the acquisition of 30 EA Hospital Room UVC Disinfection System. This system will allow medical staff to disinfect patient rooms and SPECIFIC SURFACES to increase C. difficile infection (CDI) prevention at Louis Stokes Cleveland VA Medical Center. The UVC disinfection system should have versatility to treat hard to reach surfaces (e.g., between 1 and 7 feet) and adjustable lamps to target problem areas (e.g., toilet seat, sink or under a bed). Preference will be given to a UVC system with multiple lamps that are adjustable to treat an array of heights and angles. Background: Environmental Management Service (EMS) works closely with the medical staff and Infection Prevention and Control personnel to disinfect patient rooms after the room has been occupied by a patient diagnosed with C diff. The number of C-Diff rooms has increased, despite current sanitation procedures. The government intends to use UVC disinfection systems with versatility to treat hard to reach surfaces (e.g., between 1 and 7 feet) and adjustable lamps to target problem areas (e.g., toilet seat, sink or under a bed) in conjunction with the current disinfection procedures to decrease the infection rate. Preference will be given to a UVC system with multiple lamps that are adjustable to treat an array of heights and angles. Ultraviolet C (UVC) Systems using UVC (e.g., 256 nanometer wavelength) provide a proven technology for treating a room after a C diff patient is discharged. However, to be effective, UVC must be in close proximity and directly exposing the surfaces being treated. MOONBEAM3: MoonBeam3 Disinfection Technology The MoonBeam3 is a UVC disinfecting device that has three individually adjustable UVC heads, each generating a broad umbrella of intense UVC light and each articulating head can be positioned vertically or horizontally to direct the UVC light to broad area disinfection surfaces from six inches to more than seven feet from the ground and four feet outward. Includes; 3 Bulbs User manual quick reference guide U.S. power cord one year return-to-factory warranty MOON3-RTF-2 MOON3, Year 2, Return to Factory Warranty MOON3-RTF-3 MOON3, Year 3, Return to Factory Warranty MOON3-RTF-4 MOON3, Year 4, Return to Factory Warranty SPECIFICATIONS To obtain our objectives the UVC disinfection system shall have the following salient characteristics ; The UVC disinfection system shall be portable (e.g., easily moved and carried around from room to room and floor to floor by EMS employees. The UVC disinfection system shall be Compact. (e.g., adjustable arms shall retract and fold for easy storage when not in use) The UVC disinfection system shall be adjustable. (e.g., UVC lamps on extendable and flexible arms to treat hard to reach surfaces including; tilting and directing the UVC toward hard to reach surfaces) The UVC disinfection system shall have multiple UVC lamps on adjustable arms that can be directed at multiple targets. The UVC disinfection system shall have the ability to target (i.e., treat) surfaces between 1 7 feet above the floor. The UVC disinfection system shall effectively treat surfaces in a reasonable amount of time. (e.g., treatment cycle time between 90 180 seconds) The UVC disinfection system shall have adjustable exposure cycle times. (e.g., ranging from 90 600 seconds) The UVC disinfection system shall be powered by conventional wall outlet. (i.e., 120V) The UVC disinfection system shall be ergonomically designed. (e.g., ease of operation with minimal strain on EMS personnel) A qualified Contractor shall specify output for the UVC disinfection system including; UVC wavelength (nanometer) UVC energy output for a specified distance and treatment time (e.g., 75mJ at 2 distance and 180 seconds exposure) No ozone generation Safety Features To assure safety, the UVC disinfection system shall have safety features to prevent inadvertent exposure of personnel which should include; Safety interlocks that must be in-place during use Motion detectors (e.g., interlocked with UVC disinfection system) Ability to disabling the UVC system when not in use (e.g., control key) to prevent inadvertent exposure. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry must include the following information: name address of company business size (large or small) identify applicable socioeconomic categories and ANY pertinent information which demonstrates firms ability to meet the above requirement; to include the exact Make and Model offered to meet the needs of the government and any documentation demonstrating the firms authority to distributor the product. All responses shall be submitted no later than February 24, 2017 at 10:00AM EST. Responses shall be emailed to: Christopher.Callihan@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0237/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0237 VA250-17-Q-0237_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282664&FileName=VA250-17-Q-0237-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3282664&FileName=VA250-17-Q-0237-000.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;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Clevelnad Ohio
Zip Code: 44106-1702
 
Record
SN04405520-W 20170218/170216234849-5bad61355fab76c66bdfcaccbedb2430 (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  © 1994-2020, Loren Data Corp.