Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
DOCUMENT

65 -- FBO RFI - Washer-Disinfector - Attachment

Notice Date
4/25/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
9589
 
Response Due
5/4/2018
 
Archive Date
6/3/2018
 
Point of Contact
Robert Hamilton
 
E-Mail Address
robert.hamilton8@va.gov
(robert.hamilton8@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), 8(a), Hub-Zone and other Small Businesses interested and capable of providing items requested, as well as any large businesses The Department of Veterans Affairs, NCO20 is looking for sources of the following (Brand Name or Equal) Preferred manufacturer - Belimed: Part Number Item QTY WD290-09 AS2 ISO Washer-Disinfectors SISO Automation 2 60012V1E MST-V Sterilizer Electric Single Door 2 UC0565S Ultrasonic Cleaner 1 ICS8535 ICS Interface Software/Licensing & Remote Services for the entire system 2 Pass Through Window See specifications 1 Installation 1 Statement of Work: 1. Contract Title: Purchase and install new Sterile Processing Service (SPS) Equipment for the Boise VA Medical Center, Boise, ID. 2. Background: Current SPS equipment is aging and needs replaced. 3. Scope: The removal and replacement of all equipment. This project will require some minor construction, electrical and plumbing work. All work must be performed by qualified/certified technicians. 4. Specific Tasks: a. Remove two sterilizers, two washer/disinfectors, one ultrasonic cleaner and one pass-through window. b. Prepare are for installation of new equipment. c. Install new pass-through window d. Install all new equipment to include all power, water and air connections. e. Connect the system to the e. Test system for acceptance by government representative. f. Dispose of old equipment and any packaging/waste materials. Old equipment is still operational and equipment trade-in credit would be preferred. Current equipment: Reliant Washer-Disinfectors, Amsco Century Steam Sterilizers, and Caviwave Untrasonic Cleaner. 5. Performance monitoring: All personnel will be escorted by facility personnel in the performance of their duties. 6. Security Requirements: Any equal software must be approved by the local IT and Biomedical before acceptance. In addition, see Security Clause. 7. Government Furnished Equipment: None. 8. Risk Control: None. 9. Place of Performance: Boise VA Medical Center 500 West Fort St, Bldg 34 Boise, ID 83702 10. Period of Performance: Installation within 60 days of order then one year of software support. 11. Delivery Schedule: 30-60 Days After Receipt of Order (ARO). 12. Specific salient characteristics for items listed above: See below. An equal item provided must have documentation that shows they meet or exceed the specifications. Potential contractors shall provide, at a minimum, the following information to robert.hamilton8@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must be less than the following size standard: 750 Employees. This notice is to determine the marketplace for this specific requirement. Please check the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no 8a/Hubzone Small Businesses [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Any distributor/reseller must be authorized by the manufacturer to provide any equipment to the VA to prevent any Grey Market issues. Responses are due by 05/04/2018 12:00 am EST, to the Point of Contact. Point of Contact: Robert Hamilton Contracting Officer robert.hamilton8@va.gov 360-852-9880 Salient Characteristics for equipment Instrument washers, automation & dedicated rack return must have: Two (2) washers and dedicated rack return must be able to fit into 106 wall opening Water usage, per load, shall be automatically varied by the washer in response to the size of the load External dimension of washers must be equal to or cannot exceed 72.5 H x 35.5 W x 37.0 L Must have minimum net usable chamber dimensions of 24.75 W x 27 H x 31.5 D A thermal disinfection A0 level of at least 3000 and need to be shown on the user interface display at the end of the disinfection rinse cycle; in order to maximize safe instrument handling by the SPS staff. Actual A0 value shall be displayed on the washer user interface area Service access shall be through easily opened panel(s) on the front of the machine Automation infeed conveyor on the dirty side must be powered and cannot exceed a width of 29 Automation outfeed conveyor on the clean side must be powered and cannot exceed a width of 29 The overall total length of the infeed conveyor + outfeed conveyor + washer cannot exceed 108 Dedicated washer rack return must contain a powered window return between clean and decontam Power window must be able to fit into 30.75 wall opening Must include a large backlit cycle status indicator, separate from the main control display, located on both sides of the washer (decontam and clean sides) Unit must use low pressure/ high volume wash technology Three (3) flowmeters should be included to ensure proper dosing of chemicals Wash/rinse water should be dumped after each step in the wash/decontamination process to prevent infection control issues Washer must have optional networking capability for the purpose of logging of cycle information into Censitrac instrument tracking software Unit must have fifteen (15) DIN tray capacity with wash arms, spraying both up and down, between each level. Unit must be able to fit three (3) full-sized trays with wash arms, spraying both up and down, between each level. Unit must be vented and include a built-in air exhaust damper. Must utilize a direct exhaust connection with a pressure not to exceed 250 CFM. Washer must contain a 3 HP (2200 watt) stainless steel circulation pump Washer must include two sensors that provide a cross check that proper water temperatures are met so if the readings deviate beyond a set tolerance a message will be displayed. Stem sterilizers must have: Two (2) sterilizers must be able to fit into sterilizer wall opening of 79.5 Chamber dimensions shall be 26 W x 26 H x 53 D Sterilizer external dimensions cannot exceed 39 in width and have a (12) container capacity. This is dimension is required to fit (2) in the existing space and accommodate a future 3rd unit of the same size. Sterilizer chamber shall be rectangular in shape and be encapsulated in sheet metal. This is to minimize the BTU load on the existing department air handlers. Heat rejection per sterilizer shall not exceed 2.5kW. Sterilizer chamber doors cannot be hinged and shall be a one piece, powered, vertical slide type Steam valves shall be pneumatically controlled All wetted surfaces (plumbing and valving included) shall be constructed of high-grade stainless steel and have the ability to support steam created from purified (RO or DI) water. Sterilizers must have an optional electric boiler installed on the top area of the sterilizer. The boiler must be able to produce contaminate free steam by using RO/DI fed to the boiler. Total dry time shall be automatically varied by the sterilizer based upon load Service access shall be through easily opened panel(s) on the front of the machine only Sterilizers shall not require service on either side of the chamber so sterilizers can be installed side-by-side so as to fit within the space appropriately Door seal gasket shall be actuated using pressurized air (pneumatic) Sterilizer shall have an option for steam by pass valve Control system shall use PLC technology Must include a large backlit cycle status indicator, separate from the main control display The sterilizer must have the option to be connected to a chilled water system to minimize potable water use Water usage not to exceed 69 gallons per cycle Ultrasonic cleaner must have: Must be equal to or cannot exceed external dimensions of 42 W x 28.5 D x 53.5 H Chamber dimensions must be 32"W x 15"D x 15"H Must be comparable to thirty-six sonic transducers with 1500 watts of power at a frequency of 40 kHz, vacuum nickel brazed to the wash tank underside Dual-stack tray design built to hold up to a minimum of 70 lbs of instruments Must have a touchscreen interface with pre-set washing programs Must have a standard USB cycle data download capability. Must have smart water fill with user selectable settings of 6, 9, or 12 levels Must have safety features including door interlocks and tank liquid level sensors Must have sensor diagnostics screen on the user interface provides visibility to key inputs for system troubleshooting Must have service access to all plumbing, electrical relays, and ultrasonic components. Must have modular ultrasonic generator for repair or replacement. Must have dual- tray elevator raises and lowers trays via a manual toe switch or automatically at cycle beginning and end Must have automated detergent injection system with on-board tank storage and a level sensor Must have a user-defined and unit-controlled chamber solution temperature with a 1500W external heating element. Must have an option for an integrated drain pump. Must have option for an ultrasonic seismic kit Pass-thru window must have: Pass Thru window much be vertically sliding single pane glass Pass Thru window must fit into opening of: 28.75 W x 51 H Must contain shelves with 12 D on Decontam and 18 D on Clean Side Width of the shelf must be 27 Window must be able to accommodate a wall thickness between 4 & 6 Shelf height must be at 34 Glass must be tempered ¼
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/9589/listing.html)
 
Document(s)
Attachment
 
File Name: 9589 9589_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4255786&FileName=9589-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4255786&FileName=9589-000.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: Boise VA Medical Center;500 West Fort St, Bldg 34;Boise, ID
Zip Code: 83702
 
Record
SN04900659-W 20180427/180425230826-14843db34a456b71bb660947753669b8 (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.