DOCUMENT
42 -- Powered Air Purifying Respirator Kit, Headcovers, and Hoods - Attachment
- Notice Date
- 4/5/2017
- Notice Type
- Attachment
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- VA26117Q0434
- Response Due
- 4/7/2017
- Archive Date
- 6/6/2017
- Point of Contact
- Susanne Christen, Susanne.Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only, and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339999 (size standard of 500 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office, is seeking sources that can provide a powered air purifying respirator (PAPR) kit that includes a PAPR, head cover, belt, breathing tube, charger, filter, and storage bag; air respirator (SAR) hoods, and head covers, which at a minimum, meet the following salient characteristics: PAPR Must be designed for use in a hospital environment, Must be a tight-fitting, powered respirator, Respirator and filters must be designed and configured for use in particulate environments, Must provide head, eye, and face protection, Must be a compact, well-balanced, smooth, and slim design to make it possible to work in tight spaces, minimize snagging, and make it easy to carry, Must be versatile enough to be fully compatible with a range of headgear from lightweight hoods to industrial helmets, Must have dual alarms, one audible and one visual (such as a light-emitting diode [LED] light), to alert the user to a low battery, Must have dual alarms, one audible and one visual (such as a light-emitting diode [LED] light), to alert the user to a low airflow (such as when a particle filter is fully loaded), System must be capable of achieving and maintaining a constant airflow rate of at least 190 litters per minute (LPM) or 6.7 cubic feet per minute (CFM), The size must be 7 X 8 ¼ X 3 inches (197 X 210 X 85mm) or less, Must be lightweight and weigh 2.4 pounds(lbs.) or less, The battery must have a charging time of three (3) hours or less, The battery must not have a memory effect or contain any heavy metals, The air inlet must be designed so that it will not compromise airflow intake if the user is sitting or standing, The installed filter must be easy to identify through a window on the filter cover or by other acceptable and safe means, The light alarm must include an indicator that shows the charge status of the battery, Must include a backpack option, The battery life (with a new filter and fully charged battery) must be at least 4 hours, Must be size medium/large, Must at least meet the United States Department of Labor Occupational Safety and Health Administration s (OSHA s) Assigned Protection Factor (APF), which is the measure of a respirator s protection capability, and Maintenance and user guides must be provided. Hoods and Head Covers Must have adjustable suspensions, Must have soft comfort pads to help provide a good fit, stability, and tracking, Must have wide face seals with soft elastic to provide comfort and reduce airflow noise, Suspension must be reusable and have the ability to modify the airflow distribution inside the hood, The hoods must have an assigned protection factor (APF) of at least one-thousand (1,000), The head covers must have an APF of at least twenty-five (25), The airflow distribution must be provided to hoods and head covers through a comfortable, moving stream of air, and Must be size medium/large. The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Susanne.Christen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, April 7, 2017 at 2 p.m. Eastern Standard Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117Q0434/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0434 VA261-17-Q-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3396111&FileName=VA261-17-Q-0434-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3396111&FileName=VA261-17-Q-0434-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0434 VA261-17-Q-0434.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3396111&FileName=VA261-17-Q-0434-000.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN04460414-W 20170407/170405234400-8251644bbb5ac18f7211333fe19316b3 (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 |