DOCUMENT
H -- RFI medical Gas Testing Service VAMC - Attachment
- Notice Date
- 7/25/2017
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- VA24517N0211
- Response Due
- 8/1/2017
- Archive Date
- 8/1/2017
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
vanessa.jacobs@va.gov
(vanessa.jacobs@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 6 This is a sources sought for the BT VAMC to determine the availability of potential sources (and their size classification relative to NAICS 238220 having the skills and capabilities necessary to provide Medical Gas Services in accordance with the attached SOW. All interested vendors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. This is not a solicitation announcement. No award will be made from this sources sought. Requested information should be submitted by email to vanessa.jacobs@va.gov by 12:00pm EST August 1, 2017. Provide only the requested information below. REQUESTED INFORMATION STATEMENT OF CABABILITY: Submit a brief [ Five (5) pages or less] capability statement explaining your capability to perform services for the BT VAMC. Include past experience in performing these services for the VA, other Government (Federal or State) agency, or for a private medical facility.. BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (c) Include the DUNS number of your firm. (h) Provide your firms FSS or GSA Contract number if applicable. STATEMENT OF WORK Certification of Medical Gas Delivery Systems VA Maryland Health Care System I. SCOPE OF WORK The Contractor shall provide certified Medical Gas Verifiers, necessary equipment, supplies, and transportation required to perform the inspection and certification of the medical gas delivery systems for the Department of Veterans Affairs, VA Maryland Health Care System at these three sites are: Baltimore VA Medical Center North Greene St Baltimore, MD 21201 Loch Raven VA Community Living and Rehabilitation Center 3900 Loch Raven Blvd Baltimore, MD 21228 Perry Point VA Medical Center Perry Point, MD 21902-1000 Contractor shall certify the medical gas delivery systems at all three locations in accordance with the most recent NFPA-99. Within 10 business days after notice of award, Contractor shall submit a work schedule for each site. ALL WORK UNDER THIS CONTRACT SHALL BE ACCOMPLISHED NO LATER THAN DECEMBER 30, 2017. II. EQUIPMENT VA Maryland Health Care System Baltimore VA Medical Center 10 North Greene St, Baltimore, MD 21201 Components: Three Master alarm panels Fifteen area alarm panels Medical Air System (3) compressors Medical Vacuum System (3) pumps One bulk oxygen system with reserve tank One OR nitrogen manifold system with bottles One nitrous oxide manifold with bottles One dental nitrogen manifold system One dental air system Thirty-one zone values Approximately 1700 gas outlets (oxygen, medical air, dental air, vacuum, nitrogen and nitrous oxide). VA Maryland Health Care System Loch Raven VA Community Living and Rehabilitation Center 3900 Loch Raven Blvd Baltimore, MD 21228 Components: Two Master alarm panels Six area alarm panels One bulk oxygen system with reserve tanks Medical Air System (2) compressors Medical Vacuum System (2) pumps Approximately 240 gas outlets (Oxygen, medical air, vacuum) VA Maryland Health Care System Perry Point VA Medical Center Perry Point, MD 21902-1000 Components: One Master alarm panel at each of the following locations Building 361 Building 23H Building 24H Building 19H One Area alarm panel at each of the following locations: Building 19H, ICU Building 23H, Dental Building 23H 1st and 2nd and 3rd floor Building 361, 1st floor Building 25H A&B X-ray Building 364 Bulk oxygen system at the following locations: 14H and 23H with reserve tanks. Thirty one zone values One dental air system in Building 23H, includes oxygen, air and vacuum outlets. Number is supporting compressors and other pertinent components: Building 19H duplex medical air compressor, duplex vacuum pump and dew monitor Building 23H and 361: duplex medical air compressor, duplex vacuum pump and dew monitor and dew point Building 24H; duplex medical air compressor and duplex vacuum pump Approximately 625 gas outlets (Oxygen, medical air, vacuum) III. SPECIFICATIONS: The Contractor shall inspect and certify the medical gas delivery systems in accordance with NFPA 99 guidelines (C-4.2.19 [4-3.1.2.2(d)] in which the system was built/installed. Contractor shall inspect and test each outlet. Tests shall include, but are not limited to: Oxygen concentration of outlet and/or actual gas percentage reading for nitrogen, nitrous oxide, etc. for certification Pressure of outlet and pressure drop across the outlet Leaks, with the adapter inserted and removed Labeling Each outlet shall be tested for contamination (purging). During purging of the outlets, the most distal outlet on each area zone shall have a.45-micron filter in place. This filter shall demonstrate, (> 1000L gas passing through the filter) that there is no particulate contamination. This test shall include all positive pressure, i.e., oxygen, air, nitrous oxide, nitrogen, carbon dioxide, etc. At the riser location on each floor level, gas shall be tested for hydrocarbons, halogenated agents, dew point, carbon monoxide, and carbon dioxide. Inspection and certification shall include documenting when finding leaks due to O ring failure. If the leak warrants immediate action notify the COR right away. Zone valves shall be inspected to demonstrate proper function and they do not leak. NFPA 99 C-4.2.18 [4-3.1.2.2(b)], Shutoff valves should be periodically checked for external leakage by means of a test solution or other equally effective means of leak detection safe for us with oxygen. Labels on zone valve boxes shall be visible and show room numbers. Area alarms shall be inspected. NFPA 99 C-4.2.16 [4-3.4.1.3(d)] annual re-testing of all components of warning systems. Inspection shall include adjustments as necessary to cycle alarm at appropriate pressure/vacuum settings. Pressure transducers and/or pressure switches shall be cycled to demonstrate that they are functional. Master alarm panels shall be inspected and each switch connected shall be cycled to demonstrate alarm condition at both the master and slave alarm panels (NFPA 99 C-4.2.3 [4-3.1.1.6(b)], C-4.2.11 [4-3.1.2.1(b)3] and others). Bulk liquid oxygen systems shall be inspected (NFPA 99, C-4.2.4 [4-3.1.1.7]. Maintenance and periodic testing of the bulk system is the responsibility of the owner or organization responsible for the operation and maintenance of that system. COR will furnish information on the bulk oxygen supplier for each site. The contractor shall be responsible for contacting the bulk oxygen supplier(s) to be on site during master alarm testing and to demonstrate bulk system systems are working as required. Manifolds shall be inspected. Inspections shall include, but shall not be limited to, change over valves (spool valves), pressure breaker setting (adjustments as necessary), adjusting and verifying reserve in use and high/lo alarms and replacement of bulbs as necessary. Pumps and compressors shall be inspected. NFPA 99, C-4.2.8 [4.3.1.1.9(g)] an important item required for operation of any medical compressed air supply system is a comprehensive preventative maintenance program. Inspection shall include, but shall not be limited to; lead/lag setting and adjustments for maximum efficiency, motor current will be measured and noted for each phase. Information on control circuits shall be noted. Ancillary equipment, such as dryers, dew point monitors, carbon monoxide monitors, etc., shall be inspected. WORK SCHEDULE: The contractor shall minimize the interruption of patient care while checking the AOV outlets. The contractor shall check-in with the nurse manger on each unit before starting. The inspections of the AOV outlets in the nine operating rooms, recovery rooms and same day surgeries shall be done during off hours, if necessary at no additional cost. Only the Baltimore site has operating rooms, recovery rooms and same day surgeries. Baltimore Site Only: A second visit is required to capture the AOV outlets that were being used during the 1st inspection, these rooms area SICU, MICU, CICU and any other patient room. If the AOV outlet is still being used on 2nd visit then just noted unable to check, document the location and outlet and state why. BRIEFING on final report. Contractor shall provide an 1-hour briefing on all three sites which covers the findings and recommendations. The briefing will be held at the Perry Point site. This is to be scheduled within 10-days after the final reports are submitted to the VA. IV. CONTRACTOR PERSONNEL A. Personnel Experience. All work shall be performed by competent technicians, experienced and qualified to perform inspection and certification on the equipment listed in this contract. Technicians used to perform the work shall be NFPA-99 trained and be current with the certification as Medical Gas Verifiers for healthcare facilities. Prior to beginning performance, Contractor shall submit to the Contracting Officer, copies of certifications and a list of credentials for all technicians that will perform contract work. Contractor must also provide a list of three (3) reference contacts that have been provided medical gas certification for similar medical facilities. The VA reserves the right to reject any of the contractor s personnel and refuse them permission to work on VA equipment. B. Conduct of Personnel. The Contractor shall ensure that his/her personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this facility or the Department of Veterans Affairs. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. All employees shall be legal residents of the United States and be able to understand, speak, read and write the English language. C. Identification of Employees. Contractor's employees shall conspicuously display on their person a badge provided by the Contractor that shall include the full name of the employee, the name under which the Contractor is doing business and a badge serial number. V. HOURS OF OPERATION A. Normal Working Hours. Normal working hours are from 7:00 am to 4:30 pm, Monday through Friday, except federal holidays. B. Federal Holidays. Federal Holidays observed by the VA are: New Years Day; Martin Luther King Day; President s Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; and Christmas. VI. CONTRACTOR QUALITY CONTROL The Contractor shall establish and maintain a Quality Control Program that ensures that all requirements of the contract are provided as specified. VII. ACCEPTANCE Upon completion of the inspections, the Contractor shall submit a separate inspection report for each site, 2-copies (typed) and bonded and (1) electronic copy. The Inspection Report shall include all findings and recommendations. Final acceptance of services performed will be made by the Government upon receipt of these documents. Contractor shall provide 1-hour on-site briefing at the Perry Point site on the Finding and Recommendations for all three sites. This is to be scheduled within 10-days after the final reports are submitted to the VA. VIII. SMOKING POLICY Smoking is prohibited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/VA24517N0211/listing.html)
- Document(s)
- Attachment
- File Name: VA245-17-N-0211 VA245-17-N-0211.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683322&FileName=VA245-17-N-0211-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683322&FileName=VA245-17-N-0211-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA245-17-N-0211 VA245-17-N-0211.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3683322&FileName=VA245-17-N-0211-000.docx)
- Record
- SN04597827-W 20170727/170726043558-00478f40f9f058f7f887e11d827814b4 (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 |