Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2017 FBO #5591
DOCUMENT

65 -- UVC Sterilizer - Attachment

Notice Date
3/13/2017
 
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
1/31/2017
 
Archive Date
4/1/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
lthcare
 
Small Business Set-Aside
Total Small Business
 
Description
Page 2 of 4 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number is VA250-17-Q-0237 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 2005-95. The associated NAICS code is 334510 and small business size standard is 1250 employees. This is a total small business set-aside. The requirement is for 30 MoonBeam3 Ultraviolet C (UVC) Sterilizers (or equal) for use at the Louis Stokes Cleveland VA Medical Center. This system allows medical staff to disinfect patient rooms and specific surfaces to increase C. difficile infection (CDI) prevention at Louis Stokes Cleveland VA Medical Center. 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 2005-95. 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 shall 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 shall 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; 52.203-17, 52.203-99,52.204-4, and 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): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. 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 Training Schedule. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards 852.211-73 Brand Name or Equal Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 07 April 2017 3:00 p.m. EST. 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 Louis Stokes Cleveland VA Medical Center currently utilizes the Tru-D SmartUVC Part Number: 0367AOLF, but we are still not getting the desired results and the level of disinfection expected to especially hard to reach areas. Our medical center would like to stress that the UVC disinfection system we are looking for, should have versatility to treat hard to reach surfaces with adjustable lamps to target specific problem areas (e.g., toilet seats, sinks or under a beds). Preference will be given to a UVC system with multiple lamps that are adjustable to treat an array of heights and angles and requires as little interference of the operator during the disinfection process. 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 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. Specification 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 employee) 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 (minimum of 3) 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) UVC 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 EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 27 March 2017 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 31 March 2017. Contractor is responsible for verifying all existing field conditions. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov Evaluations will conducted under FAR Part 13 and any subsequent award will be made to the offer that provides the best value to the Government. In addition to price, offers will be evaluated on technically meeting the Governments requirement, and delivery and training schedule. In addition to completing the cost/price schedule, contractors shall provide sufficient data/brochures to allow the Government to complete a technical comparison of the items offered to meet the Government s requirements. Failure to do so could result in an unacceptable offer. A proposed delivery/training schedule is to be provided.
 
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.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3333315&FileName=VA250-17-Q-0237-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3333315&FileName=VA250-17-Q-0237-001.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;Cleveland, OH
Zip Code: 44106-1702
 
Record
SN04433646-W 20170315/170313235307-eda1962bd15acaedbeef1ec8bf2f88fb (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.