Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
DOCUMENT

65 -- VA258-18-AP-0785 SPS SINKS DRAINS AND INSTALL - Attachment

Notice Date
3/14/2018
 
Notice Type
Attachment
 
NAICS
332913 — Plumbing Fixture Fitting and Trim Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;New Mexico VA Health Care System;1501 San Pedro Drive SE;Albuquerque NM 87108
 
ZIP Code
87108
 
Solicitation Number
36C25818Q0056
 
Response Due
3/21/2018
 
Archive Date
5/20/2018
 
Point of Contact
Bryan.Rogers2@va.gov
 
E-Mail Address
Bryan.Rogers2@va.gov
(bryan.rogers2@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE. This is not a request for proposals. A solicitation will not be issued at this time. The Department of Veterans Affairs, Phoenix VA Health Care System (PVAHCS) has a requirement for Brand Name or Equal sinks and drain systems, and installation. The intent of the procurement is to award a firm-fixed price contract. The below specifications define the minimum salient characteristics of the products to be delivered. Required Items Brand Name or Equal: Item Description Qty U/I 0001 CCPS3112035AH, Brand Name or Equal Steris 120 height adjustable Triple Bay stainless steel clean up sinks 2 EA 0002 CCDSAHPVC, Brand Name or Equal Steris height adjustable PVC Drain System 2 EA 0003 SE101442, installation of height adjustable sinks and drain systems 2 EA In-service Training to ensure competency and optimal operability Contracting Officer s Representative (COR). Name: Hector DeJesus Section: SPS Address: 650 E. Indian School Road, Phoenix AZ 85303 Phone Number: 602-277-5551 X3194 Fax Number: 602-222-6567 E-Mail Address: Hector.dejesus@va.gov Contract Title. Phoenix VA Health Care System (Phoenix) requests (2) Power Height-Adjustable Processing Sinks for the sterile processing service. Background. The procurement of new Power Height-Adjustable Processing Sinks is necessary as the existing equipment additional processing capacity is required to meet the current and future demand of the Surgery Department. Scope. The overall scope of work is the procurement and installation of a new Power Height-Adjustable Processing Sink in the SPS Department. The selected equipment manufacturer shall furnish and install all necessary equipment as specified. Specific Tasks. Tasks to be completed by the equipment supplier include: The Contractor shall work Monday-Friday, 7am-4pm, excluding federal holidays. The Contractor shall ship equipment FOB Destination and install the equipment in: Phoenix VA Health Care System 650 E. Indian School Rd. Phoenix, AZ 85012 Building 1, Room 1407 The Contractor shall provide all labor, travel, and parts necessary to install the equipment. The Contractor shall install the equipment according to manufacturer s recommendations. The Contractor shall install the equipment according to the Phoenix VA s direction. The Contractor shall use all new parts and fittings. Minimum Specifications: TECHNICAL REQUIREMENTS: Vendor shall provide 2 Power Height-Adjustable Processing Sink shall have/be a: Three sink basins, 17 (432 mm) Wide x 24 (610 mm) Long x 10 (254 mm) Deep with etched gallon indicators. Freestanding with self-supporting articulating legs. Reinforcing apron Adjustable-height countertop with Hydraulic-actuated leg lift pistons operated via a pushbutton controller with user-definable memory presets; sink is power height adjustable between 34 and 42 (860 106mm.) High. Sink Countertop is type 304 stainless steel, 14-gauge, #4 finish Stainless steel legs are type 304 stainless steel, 16 gauges, and 2 square. Full-width under-counter shelf is type 304 stainless steel, 18 gauge 4 (102 mm) high backsplash extending the length of the unit. 1/8 high no-drip marine edge on front and sides Sound-deadening coating under countertop and sinks Crumb cup strainers & tailpieces for facility piping connection. Reinforced Drain boards and basins slope to drain. Gooseneck faucet - Consists of two deck mounted, hot and cold water mixing faucets with 8 swivel gooseneck and rose spray nozzle. Pre-rinse/Gooseneck combo - Consists of two deck mounts, flexible hose w/stainless steel spring, and built-in check valve with add-on gooseneck faucets. Pre-rinse assembly has anti-microbial treated grip and handle. Treated (DI) faucet A self-contained tin-lined renewable compression unit Air Gun Compact hooked body, with lever trigger. Includes 5 spray tips, 8 coiled air supply hose, and wall clip. Air/Water Spray Gun can used with either compressed air or water. Solid aluminum construction with insulated grip. User-selectable max flow rate. Includes 58 supply hose, universal Luer-compatible spray tip, and wall hook. TRAINING: Vendor shall provide all necessary users training to ensure competency and optimal operability. This training is to include multiple training sessions over the implementation period. WARRANTY: All installed equipment shall be warranted for a period of (12) months from substantial completion or first use of the system, whichever comes first. Warranty shall cover equipment and labor as well as scheduled preventive maintenance (PM). Warranty excludes equipment damaged by misuse, abuse or acts of God. SELECTION CRITERIA: The following qualifications submitted by the vendor for this project shall be evaluated based upon the following: Equipment Specifications The vendor proposes equipment that meets the specifications relative to project need. Project Cost The cost of each proposal shall be evaluated. SECURITY AND HIPPA COMPLIANCE: This item does not hold any patient information therefore a security package is not required. In accordance with Appendix A, Handbook 6500.6 Checklist blocks 6, the C&A requirements do not apply to this requirement. End Statement of Work The applicable NAICS code is 332913, Plumbing Fixture Fitting and Trim Mfg. Small Business manufacturers for this NAICS code have a size standard of: 1,000 employees.   The delivery term is to be 60 calendar days ARO to include installation, with no options included. It is anticipated that a Request for Quotes may be issued on or about March 30, 2018. Award of a firm fixed price contract is contemplated by April 15, 2018. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside, or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database, and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought announcement shall submit the following information at a minimum: 1, company name and address, point of contact with phone number, and DUNS number 2, business size 3, if you are a manufacturer or distributor. all respondents must be manufacturers or authorized distributors. No refurbished or gray market items will be accepted. If a distributor, provide a statement from the manufacturer that your company is an authorized distributor. 4, if the items are available on a FSS schedule please include the FSS schedule number. SIN # for this procurement/equipment is: A-89, Sterilizer and Sanitizer Equipment. 5, intentions of subcontracting to include set-asides. 6, proof of registration in the VA Vet Biz and SBA websites as applicable or intention of registration prior to submission of offers to a solicitation 7, any other pertinent company documentation. The response date to this Sources Sought Announcement notice is: March 21, 2018 at 6:00 pm EST. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions may be emailed to: Bryan.Rogers2@va.gov. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTER REQUESTING MORE INFORMATION. End Sources Sought Announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC501/AlVAMC501/36C25818Q0056/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0056 36C25818Q0056.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4149837&FileName=36C25818Q0056-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4149837&FileName=36C25818Q0056-000.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: Department of Veterans Affairs;Phoenix VA Health Care System;650 E Indian School Rd;Phoenix, AZ
Zip Code: 85012-1892
 
Record
SN04854396-W 20180316/180314231436-4c70842d61739571e7d52811bd8fa1d4 (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.