Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
DOCUMENT

65 -- STERIGARD EQUIPMENT BRAND NAME OR EQUAL TO - Attachment

Notice Date
5/18/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617N1093
 
Response Due
5/23/2017
 
Archive Date
7/22/2017
 
Point of Contact
JAMIE SULLIVAN
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following item(s) for the WG Hefner Department of Veterans Affairs Medical Center (VAMC), 1601 Brenner Ave, Salisbury, NC 28144: BRAND NAME OR EQUAL TO: (SEE SALIENT CHARACTERISTICS BELOW) SG504, Sterilgard 504 E SG404, Sterilgard 404 E SG604, Sterilgard 604 SALIENT CHARACTERISTICS PERFORMANCE 1. Manufacturer shall provide a certified copy of the personnel, product, and cross contamination (biological) tests, equivalent to or more demanding than as specified in NSF International Standard 49 performed on the unit selected from the corresponding statistical sample. Tests may be witnessed by a representative of may be witnessed by a representative of the purchaser 2. Cabinet shall have momentum air curtain down flow velocity profile - a higher velocity of down flow behind the view screen relative to down flow velocity over the work surface - for added personnel and product protection 3. High-velocity return air slots shall be located at each end of the front access located at each end of the front access opening. These slots help to prevent contaminated air from being drawn into the work area along the edges of the side wall and from escaping the work area to the ambient environment 4. High-velocity return air slots shall also be located behind the view screen on the top Edge for enhanced containment and product protection 5. Cabinet shall be capable of automatically handling a 100% minimum increase in filter loading without reducing total air delivery by more than 10%. Test data to verify these capabilities shall be available upon request 6. Intake velocity through the front access opening shall be a minimum of 100 FPM. Standard opening for all models is 8 to 12 inches. 7. Each unit, before shipping, shall have a complete physical test to assure cabinet meets Class II requirements. A copy of this test will be provided with the operator s manual shipped with the unit. 8. The unit shall have standard HEPA filters for a protection effectiveness of 99.99% on 0.3 micron size particles by DOP test. Filters shall be serviceable from the front of cabinet. CONSTRUCTION 1. The vertical sliding view screen shall be slanted at an angle of 10 ° from vertical capable of moving to a fully closed position during shutdown periods 2. View screen shall be constructed of ¼ to ½ inch UV-resistant laminated safety plate glass, with a maximum opening of 17 to 19 inches for equipment loading 3. All biologically contaminated ducts, plenums, and work area side walls shall be permanent metal construction and maintained under negative pressure or enclosed within a negative-pressure zone. 4. Interior work area shall be 25 to 27 inches high. 5. Cabinet shall have a mechanism designed to provide uniform airflow to the supply filter. 6. Supply and exhaust filters shall be frontloading. 7. Unit shall have an audible alarm and a flashing LED to indicate when the sliding view screen is in an unsafe position. An alarm mute switch shall be provided on the front-mounted cabinet control panel tone for brief adjustments. Cabinet shall have capability of indicating a power loss at the panel with visual and/or audible alarms. 8. Cabinet exterior construction: seal panels and dress panels of 16-gauge cold-rolled steel, powder coated finish, painted PermaWhite 9. Cabinet interior (work area) construction: one-piece, 16-gauge, Type 304 stainless steel, with a smooth, ¼ to ½ inch radius between rear and side walls, and easily cleanable, radiused corners on the work surface tray 10. Work area side walls and rear wall to be one-piece construction. A straight back wall area and easily accommodate laboratory shall be provided to maximize work equipment. 11. Cabinet shall be double-wall construction with negative-pressure airflow between the walls, from drain pan to top surrounding the sides and back of work area and cable port 12. Bottom of access opening shall be aerodynamic airflow design directing airflow into the front grille to improve access opening containment capability and bypass armrest 13. Stainless steel air diffuser and filter protector provided in work area. Filter protector on top of cabinet is cold-rolled steel with powder coat finish. 14. One petcock and one plugged penetration are provided as standard on the right or left side wall. Right or left side wall is pre-punched for optional/additional plumbing connections. 15. All external plumbing connections to the petcocks shall be made through the bottom or back of the cabinet and not the sides, allowing zero clearance between the unit and the building walls or equipment to its right and left 16. The unit has 3 optional stands available, including one with telescoping legs that allow the work surface height to be set from 30 to 40 inches, a stand with casters, or a stand with an electric hydraulic lift. 17. View screen guide design shall be a counter weighted pulley system allowing ease of movement up and down ELECTRICAL 1. Complete unit shall be listed as certified by Underwriters Laboratory (cULus) for electrical, fire, and personal safety. 2. Cabinet shall have adjustable timers for fluorescent lights, outlets and optional UV lights. Timers operate in 15-minute to 1 hour intervals. 4. Work area shall be provided with two GFCI-protected duplex outlets, with drip proof covers and shall be protected by a self-resetting circuit breaker. 5. A single 16 to 18 inch power cord and plug (listed for the destination country) shall be provided for electrical power source. 6. If equipped with optional UV light, includes a shutoff safety feature when the view screen is raised. 7. The unit shall have electronic ballasts for UV and fluorescent lighting to provide longer life and lower heat output 8. Cabinet shall have an externally mounted fluorescent light fixture with electronic ballasts producing an average of 100 foot candles illumination at work surface. All responses shall be submitted no later than 11:00 AM EST on May 23, 2017. All interested parties should respond, in writing via email to jamie.sullivan4@va.gov. No telephone inquiries will be accepted. In response, please include the following: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). The Veteran Administration is required to give first priority to SDVOSB and then VOSB concerns if there should be sufficient firms available to compete under a set-aside. If insufficient veteran owned small business responses are received, the acquisition will be set-aside for small business participation if there are sufficient firms available. If insufficient small business responses are received, the action will be advertised for full and open competition. The NAICS 339113 is applicable to this acquisition with a size standard of 750 employees. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617N1093/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-N-1093 VA246-17-N-1093.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3507112&FileName=VA246-17-N-1093-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3507112&FileName=VA246-17-N-1093-000.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: SALISBURY VAMC;1601 BRENNER AVE;SALISBURY
Zip Code: NC
 
Record
SN04514856-W 20170520/170519000844-9c7030b0f7bd07f880e41fff6dd75933 (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.