Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
DOCUMENT

65 -- Chillicothe VAMC Dental Air Package - Attachment

Notice Date
6/28/2017
 
Notice Type
Attachment
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Service Area Central (SAO) Central;3140 Governor's Place Blvd;Kettering, OH 45409
 
ZIP Code
45409
 
Solicitation Number
VA25017Q0731
 
Response Due
7/5/2017
 
Archive Date
8/4/2017
 
Point of Contact
Stacy Massey
 
E-Mail Address
8-6511x3135<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0731 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-94 & 2005-95. The associated NAICS code is 339114, Dental Equipment and Supplies Manufacturing; Small Business Size Standard is 750 employees. This is a 100% set aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB). BACKGROUND The current dental air and vacuum system in use at the Chillicothe VAMC dates back at least 30 years and is at risk of imminent failure. The existing system does not fully comply with NFPA 99 for Category 3 Piped Gas and Vacuum Systems. Upgraded service equipment is needed to ensure that Dental Service can provide care to the Veterans they service without interruption. SCOPE Contractor shall disassemble the existing dental air and vacuum system from Building 31 and provide and install a new air and vacuum system that complies with NFPA 99, Category 3 Piped Gas and Vacuum Systems. SPECFIC TASKS Task 1 Demolition - Contractor to supply all labor and materials to dismantle the old dental air and vacuum system and remove system from the building for disposal. Task 2 Installation of Equipment to Existing Utilities 1) Deliver all material and equipment to the Chillicothe VAMC and facilitate staging of these items in the basement level mechanical room that services the Dental Clinic on the second floor. Contractor to incur all labor and shipping costs for this subtask, 2) Install new equipment and connect to existing utilities, 3) Provide and install conduit, wire, and breakers in existing panel to new compressor and vacuum system, 4) Utilize existing conduit and wire from basement level mechanical room to the Dental Clinic on the second floor for connection to an auxiliary panel, 5) Demo existing feeds for existing equipment once new feeds are operational DELIVERABLES Dental Vacuum System Large facility dry vacuum system to accommodate 30 users Dual Motor 2 X 7.5 HP, 208/230/460 volt 3 phase power (voltage must be verified) Each motor to produce 175 CFM @ 8 of mercury vacuum at 3450 RPM Regenerative blower type, base mounted, with VFD drives and control panels 80 Gallon stainless steel separator tank with float protection Automatic wash down system for the separator tank. Flushes the tank out daily for 10 minutes. Amalgam Separators Shipped replacement collection containers for first service Accommodates up to 20 operators Maximum Flow 1000 ml/min Maximum Temperature = 120 ° F (52 ° C) Maximum Vacuum = 15 Hg (51 kPa) ISO 11143 certified by NSF International Functional for wet or dry vacuum systems Oil-less, Skid Mounted, Scroll Compressor System Compressor system shall be a skid mounted design consisting of multiple oil-less scroll compressors; dryer with purge control, filtration system, dew point monitor, wired control panel, and corrosion resistant air receiver. The oil-less scroll system shall be modular in design to fit through a standard 36 doorway and be fully compliant with the latest edition of NFPA 99. The dental air system shall be provided with single point connections for electric, discharge air, and condensate drains. The compressors shall be belt driven oil-less rotary scroll single stage, air-cooled oil-less construction with absolutely no oil needed for operation. The rotary design shall not require any inlet or exhaust valves and shall be rated for 100% continuous duty. Direct drive compressors shall not be used. Tip seals shall be of a composite PTFE material and be rated for 10,000 hours operation. Compressor bearings shall be external to the air compression chamber, and shall all be serviceable for extended compressor life. Bearing maintenance shall not be required until 10,000 run hours. Compressors with bearings that are not accessible for service have a limited life span and shall not be accepted. Compressors shall have an integral radial flow fan for cooling and shall not require any additional electric cooling fans. Each compressor to be equipped with the following components: Isolation, check, and safety valve (1 for each base mount unit) ODP electric motor, belts & belt guard (1 for each base mount unit) Air-cooled aftercooler with separator (1 for each base mount unit) Thermal malfunction protection device (1 for each base mount unit) Pumps can have all major maintenance performed by only removing the fixed scroll side Compressor shall be rated for a minimum 30,0000-hour run life Unit shall include an adjustable slide base under each motor for ease of belt replacement and tensioning. Receiver tank shall be an ASME National Board registered 200 psig working pressure, vertical air receiver provided with: Pressure and sight gauge, and relief valve Manual and automatic electric timed tank drain 3-valve bypass plumbing External paint and internal lining designed to resist corrosion The control system shall provide automatic lead/lag activation based on demand and automatic alternation of all pumps to equalize the amount of usage among the available pumps. The control panel shall include: A color touch screen panel which displays the operating status of the unit. The touch screen will display pump status, pump faults, pump run hours, system pressure, system alarms and service alert notifications for the pumps, dryer(s), and dew point monitor. Building automation communication gateway, through a gateway server card with BacNet ® protocol and web server features. Web server features include email notifications in case the system is in alarm or has achieved one of its maintenance intervals and requires service. Ethernet port for connection to BacNet ® server or direct connection to facility Ethernet for viewing of system operations and status via device IP-address. A programmable logic controller (PLC) that includes logic programmed to appropriately manage start-stop, lead-lag and other pump operations. Remote ON OFF capabilities programmed into the PLC with contacts to connect to an auxiliary panel UL508A listed control panel in a NEMA 12 enclosure. Purification system ISO 8573-2:2001 Class 2: water- -40 °F (-40 °C) PDP ISO 8573-2:2001 Class 2: dirt- Class 2: Dirt: 1 m Dryer shall have a minimum working pressure of 58 psig and a maximum working pressure of 232 psig Dryer shall deliver a continuous supply of dry filtered air at a constant pressure Dryer shall be a heat-less, desiccant type with a pressure reducing valve and pre and after filters Automatic dew point dependent switching to reduce purge frequency Monitoring Equipment Dew point monitor with both audible and visual alarms, and dry contacts for remote alarm signal Automatic calibrating System Connections System supplied with a remote air intake connection and flexible connectors for both intake and discharge All piping to comply with NFPA 99 requirements System to be supplied with vibration isolation pads The Contractor shall deliver the equipment, FOB Destination. Delivery/Installation shall begin within thirty (30) calendar days ARO, work shall be completed no later than 60 calendar days after the start date. The place of performance shall be at the Chillicothe VAMC, 17273 State Route 104, Chillicothe, Ohio 45601. All equipment, work, and services to be performed in Building 31. PERFORMANCE MONITORING All work to comply with NFPA 99 Interruption of existing medical air systems shall not be made without the coordination of the Medical Center. The medical center shall be notified 14 days in advance of proposed interruption. The interruption shall not be made without written permission from the Medical Center. Installer qualifications shall meet those qualifications stated in ASSE 6010. Provide the name and copy of the ASSE qualifications of each person completing the installation. Brazing process and operators shall be qualified per ASME BPVC Section IX or AWS B2.2/B2.2M. The installing contractor shall maintain as-built drawings of each completed phase for verification; and, shall provide the complete set at the time of final systems certification testing. Initial blow down, initial pressure test for positive pressure gas systems and copper Level 3 vacuum piping, initial cross-connection test, initial piping purge test, and initial standing positive-pressure gas piping tests shall be conducted for a Category 3 compressed air system as required by NFPA 99. All test results shall be documented and submitted to the COR. SPECIAL CONSIDERATIONS All work that removes the current system from service to be performed during off hours and/or weekends when the Chillicothe VAMC Dental Clinic is closed. All equipment to be operational during normal clinic hours. Any preparatory work that does not affect the clinic operation, or operation of the system, may be performed during normal business hours. No additional follow-on work has been identified or should be required. All work and equipment is subject to inspection and acceptance by the Contracting Officer s Representative, in accordance with the criteria and specifications listed in this Statement of Work, and the approved submittals furnished by the Contractor. All work and equipment is subject to independent, third party verification and testing by a party technically competent and experienced in the field of medical gas and vacuum pipe testing, in accordance with ASSE 6030, Professional Qualifications Standard for Medical Gas System Verifiers. The third-party system verification will be provided by the Government. Any discrepancies noted, in accordance with NFPA 99 Chapter 5, shall be corrected by the Contractor before acceptance by the Government. All technicians installing Level 3 Gas-Powered Supply Systems to be certified in accordance with ASSE 6010, Professional Qualification Standard for Medical Gas Systems Installers. RISK CONTROL All work and equipment to be supplied in accordance with NFPA 99, Health Care Facilities Code, Chapter 5, Gas and Vacuum Systems. The installation of medical gas and vacuum systems shall be made by qualified, competent technicians who are experienced in performing such installations, including all personnel who install the piping system. All technicians installing NFPA Category 3 Piped Gas and Vacuum Systems to be certified in accordance with ASSE 6010, Professional Qualification Standard for Medical Gas Systems Installers. Installation of NFPA Category 3 Piped Gas and Vacuum Systems and to be certified by independent, third party verification and testing by a party technically competent and experienced in the field of medical gas and vacuum pipe testing, in accordance with ASSE 6030, Professional Qualifications Standard for Medical Gas System Verifiers. SUBMIT Manufacturer's Literature and Data including: Full item description and optional features and accessories. Include dimensions, weights, materials, applications, standard compliance, model numbers, size, and capacity. Qualification of the Installer: Provide the name and copy of the ASSE qualifications of each person completing the installation. Complete operating and maintenance manuals including wiring diagrams, technical data sheets and information for ordering replaceable parts. Include complete list indicating all components of the systems. Include complete diagrams of the internal wiring for each item of equipment. Diagrams shall have their terminals identified to facilitate installation, operation and maintenance. SPECIAL INSTRUCTIONS The Contracting Officer's Technical Representative (COTR), for this project is George Fowler, Maintenance and Operations Supervisor, Telephone: (740) 773-1141, Extension 6583. Contact Mr. Fowler directly for technical questions regarding this RFQ. NOTE: OFFERORS MUST PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Provisions 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Deviation 2015-02) (Feb 2015), 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under Any Federal Law (Deviation) (March 2012), 52.211-6 Brand Name or Equal, 52.216-1 Type of Contract apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clauses 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.247-34 F.O.B. Destination, 52.246-2 Inspection of Supplies--Fixed-Price apply to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.203-6, 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-40, 52.223-18, 52.225-13, 52.222-50, 52.222-55, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acquisition.gov/far/index.html. The following VAAR Clauses will apply: 852.203-70 Commercial Advertising, 852.211-73 Brand name or equal, 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION), 001AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (June 2011), 852.211-73 Brand name or equal (Fill-in: All CLINS), 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee (Fill-in: 90 days), 852.246-71 Inspection. Provisions 852.233-70 Protest Content/Alternative Dispute Resolution and 852-233-71 Alternate Protest Procedure apply to this acquisition. The full text of a VAAR clause may be accessed electronically at http://www.va.gov/oal/library/vaar/. In accordance with provision 52.233-2 Service of Protest, Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Department of Veterans Affairs NCO 10 Contracting ATTN: Jason E Lawson 3140 Governors Place Blvd., Suite 100 Kettering, OH 45409 A copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. EVALUATION CRITERIA/ SUBMISSION OF OFFER Evaluation Process: Any award resulting from this solicitation will be completed using the procedures under FAR 13. Offerors will be evaluated utilizing Lowest Price Technically Acceptable to the Government. To be considered technically acceptable, offers must be determined by the Government to fully meet or exceed all salient characteristics specified in this solicitation on a pass-fail basis. Quotes shall be sent by e-mail only to: stacy.massey@va.gov no later than 12:00 pm ET, July 5, 2017. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to: stacy.massey@va.gov no later than 12:00 pm ET, July 3, 2017. Questions received after the specified date and time will not be considered. *NOTE* SDVOSB/VOSBs must be verified for ownership and control and listed in the Vendor Information Pages at https://www.vip.vetbiz.gov when offers are submitted and at the time of award. (See Clause 852.219-11 Total Service-Disabled Veteran-Owned Small Business Set-Aside.) Offers received from concerns that are not Service-disabled Veteran-owned Small Business (SDVOSB) or Veteran-owned Small Business (VOSB) concerns shall not be considered and will not be evaluated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25017Q0731/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0731 VA250-17-Q-0731_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3619879&FileName=VA250-17-Q-0731-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3619879&FileName=VA250-17-Q-0731-001.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: Chillicothe VA Medical Center;Building 31;17273 State Route 104;Chillicothe, OH
Zip Code: 45601-9718
 
Record
SN04561498-W 20170630/170628235243-f38d3603c5c88c885d8bc4dcecf67009 (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.