Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

H -- Provide Copper Silver Ionization Water Treatment System (VA-18-00035150) - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
 
ZIP Code
12208-3410
 
Solicitation Number
36C24218Q9336
 
Response Due
3/21/2018
 
Archive Date
5/20/2018
 
Point of Contact
MURRAY, ANTHONY
 
E-Mail Address
Y.MURRAY2@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about Purchase, Installation Consultation, and Preventative Maintenance of new Copper-Silver Ionization Water treatment systems for two (2) locations at the Syracuse VA Medical Center and one (1) location at the Rome Clinic. The VA is seeking to provide for this requirement within 30 days of the award of the contract. The NAICS code identified for this requirement is 811219 OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Syracuse VA Medical Center Syracuse, New York Statement of Work (SOW) Background: The Syracuse VA Medical Center in Syracuse, New York is currently seeking to purchase new copper-silver ionization Water treatment systems for two (2) locations at the Syracuse VA Medical Center and one (1) location at the Rome Clinic. The facility requires installation consultation services for the units as well as Preventative Maintenance Services for the units after installation. Scope of Work: Vender shall provide and deliver to the Syracuse VAMC, new copper-silver water treatment systems as specified for three locations as follows: CL55 Location: System shall be sized and engineered to treat a domestic hot water system serving 13 floors, with serviced areas including 200 patient beds, intensive care unit, and 3 kitchen/cafeteria locations. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 20 GPM Design PH of Water: 7.7 Designed TDS of Water: 160 Designed conductivity of Water: 230 micro-ohms SCI Location: System shall be sized and engineered to treat a domestic hot water system serving 6 floors, with serviced areas including 20 patient beds, 7 operating Rooms plus same day surgery center and sterile processing locations. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 15 GPM Design PH of Water: 7.7 Designed TDS of Water: 160 Designed conductivity of Water: 230 micro-ohms Rome Clinic Locations: System shall be sized and engineered to treat a domestic hot water system serving 3 floors, with serviced areas including outpatient clinic areas. Existing distribution characteristics include: Piping: Copper Recirculation Flow Rate: 20 GPM Design PH of Water: Varies Designed TDS of Water: 6 82 ppm Designed conductivity of Water: 9 - 122 micro-ohms d. All Three Locations Require: i. Copper-Silver electronic liquid disinfection system, to include proportional control ii. Closed loop control system. Automatic control and production of copper and silver ions proportional to flow rates measured by flow meter, to maintain constant level of copper and silver ions in the circulated water stream Flow cell shall be designed for installation in recirculation loop, with bypass iii. Remote supervisory control and monitoring system Installation of provided equipment shall be by VA shop personnel. Vendor shall provide installation consultation services and start-up consultation. Preventative Maintenance Actions Include: quarterly recalibration of the system and fuel cell maintenance/cleaning daily (20x/month) testing of copper/silver ionization levels and analysis of data electrode replacement as needed, annual engineering consultation to assess system performance. Any other OEM specified maintenance or inspection. Safety Requirements In the performance of this contract, the Contractor shall take such safety precautions, in accordance with VA Safety Regulations, OSHA, federal, state and local regulations which are reasonably necessary to protect the lives and health of occupants of the building as well as contractor personnel. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall upon receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. Period of Performance The estimated base period of performance (POP) will be from April 1 2018 to March 31, 2019 with the provision of 4 option years. This is an estimated POP and the true POP will be from the date of award until 12 months after that. The base period will consist of purchase of the units, installation consultation, and preventative maintenance per the original equipment manufacturer s (OEM) specification. Each of the four option years will be for preventative maintenance only. Place of performance Performance shall occur at the Syracuse VA Medical Center, 800 Irving Ave, Syracuse, NY 13205 and Rome VA Community Based Outpatient Clinic Griffiss Park 125 Brookley Road, Building 510 Rome, NY 13441. Inspection Contractor is responsible for ensuring work area is clean and free of debris upon completion of each workday. Upon completion of service, the contractor will demonstrate full functionality in the presence of the COR. If the COR is unavailable at that time, then the COR will need to have designated an authorized VA personnel to act in his place. This will constitute part of the inspection to be performed by the COR. The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. Although installation labor is not included in this statement of work, a pre-bid site visit will be offered upon request to allow proposers to see the location for each installation. Warranty Five year warranty required for all components of the system to include manufacturing defects, workmanship and materials.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9336/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9336 36C24218Q9336.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143184&FileName=36C24218Q9336-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4143184&FileName=36C24218Q9336-000.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: SYRACUSE VA MEDICAL CENTER;ROME COMMUNITY BASED CLINIC;125 Brookley Road, Building 510 ROME, NY;800 IRVING AVE;SYRACUSE NY
Zip Code: 13210
 
Record
SN04851336-W 20180314/180312231436-eaaa7f707a6421bad7d9ae7898a6e99f (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.