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

46 -- Reverse Osmosis Water Supply VA Pittsburgh Healthcare System University Drive campus - Attachment

Notice Date
4/25/2018
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Lebanon VA Medical Center;1700 South Lincoln Avenue;Lebanon, PA 17042
 
ZIP Code
17042
 
Solicitation Number
36C24418Q9192
 
Response Due
5/4/2018
 
Archive Date
5/14/2018
 
Point of Contact
Bradley Fasnacht
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Note: This notice is published in accordance with Federal Acquisition Part (FAR) Part 10, Market Research and FAR Part 15, Exchanges with Industry before Receipt of Proposal. This notice serves as a Sources Sought in support of market research and/or planning purposes only and does not constitute a solicitation. This notice is not a confirmation that the Government will contract for the items or services contained in the sources sought, nor is any commitment on the part of the Government to award a contract implied. This notice does NOT constitute an Invitation to Bid, a Request for Proposal, or a Request for Quote. The Government shall not pay and/or reimburse respondents and/or associates for any costs incurred to submit the requested information. All information received in response to this sources sought that is marked Proprietary will be handled accordingly. In accordance with FAR 15.201(c), response to this sources sought is not offers and cannot be accepted by the Government to form a binding contract. The purpose of this is to seek capable and responsible sources interested in performing this service.   Responses will assist the Government with developing its acquisition strategy to include socio-economic set-asides.   If you believe there are ambiguities in the draft SOW, please identify them.   Note that the Government will not answer questions about this requirement at this time.   Please answer the questions below, send your brief capability narrative and draft SOW feedback, if ambiguities exist, to me at bradley.fasnacht2@va.gov not later than 1100 AM E.S.T. 04 May 2018. If you are interested, please e-mail: Company Name. Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Do you currently hold a government contract? Contract Number? Type of contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service listed at the VA Pittsburgh Healthcare System, University Drive Campus? What NAIC and PSC code do you use for this service? How do you invoice for this service, including rates? What Certifications, State and Federal, if any must you have to perform this service? Is there any additional information that you as a vendor would need to be able to quote this equipment? Please submit any other information you may feel important or relevant to Bradley Fasnacht at Bradley.fasnacht2@va.gov by 11:00 AM EST 04 May 2018. STATEMENT OF WORK FOR Reverse Osmosis Water Supply VA Pittsburgh Healthcare System University Drive Center DESCRIPTION: Install a Reverse Osmosis Water Supply system that can convert regular tap water into reverse osmosis (RO) Type II Laboratory Grade water for the Sysmex XN 3000 instrumentation and provide a monthly service on the RO equipment with the possibility of four (4) continued option years. PLACE OF PERFORMANCE: VA Pittsburgh Healthcare System University Drive campus University Drive Pittsburgh, PA 15240 SCOPE: The VA Pittsburgh Healthcare System (VAPHS) requires a water purifying system that can convert regular tap water into reverse osmosis (RO) Type II Laboratory Grade water for the Sysmex XN 3000 instrumentation. The Sysmex XN 3000 instruments require a RO Type II water supply to properly operate the Reagent Unit (RU-20) that is attached to the instruments. One RU-20 operates both Sysmex instruments. The following specifications are required: RO (Type II) Laboratory Grade Water Electric Conductivity 1.0 u S/cm or less Supply Pressure 0.2MPa 0.4MPa 0.4MPa (29psi 58psi) Supply Volume 10L/h 50L/h Temperature of R/O water 10 degrees C 30 degrees C TOC (Total Organic Carbon) less or equal to 500ppb The water system must be compatible with the Sysmex XN 3000 instrument The water system must be able to use tap water grade feed. PERFORMANCE REQUIREMENTS: Install a Reverse Osmosis Water Supply system that can convert regular tap water into reverse osmosis (RO) Type II Laboratory Grade water for the Sysmex XN 3000. Provide a warranty for the Reverse Osmosis Water Supply system covering parts and labor. Provide monthly service on the RO equipment. Notify the COR of any delays in service. Notify the COR of any and product recalls. The vendor will provide any updates to safety data sheets (SDS). Vendor will work with COR to schedule any required training or education. PROVIDED BY VA PITTSBURGH HEALTHCARE SYSTEM: VA personnel will provide the contractor with access to the appropriate location the Laboratory for the length of the project. The government will furnish no property to the vendor. SPECIAL CONTRACTOR PROVISIONS: Security Requirements: While on VA property, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel at a Government facility Prior to the commencement of any work under this contract, upon arrival to the VA Medical Center, contractor personnel shall first check in with VA Police to obtain an identification badge. The contractor employee must safeguard the badge and immediately report if the badge is lost, stolen, or destroyed to the VA Police. Contractor personnel shall properly display their identification badge at all times while on VA property so that their name and the company they work for can easily be seen. All contractor personnel shall properly sign out with VA Police upon the completion of this contract. Interference in Performance Requirements: The following provisions shall be adhered to by contractor personnel throughout the duration of this contract: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility; e.g. utility services, servicing of fire protection systems, and the passage of facility patients/personnel, etc. In the event of an emergency, contractor services may be stopped and In the event of an emergency, contractor services may be stopped. Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made by the COR. Contractor Responsibilities: The Contractor shall be responsible for ensuring all provided personnel are properly licensed to operate a motor vehicle if operating a motor vehicle on VA property is required. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9192/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9192 36C24418Q9192.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4254225&FileName=36C24418Q9192-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4254225&FileName=36C24418Q9192-000.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: VA Pittsburgh Healthcare System;University Drive campus;University Drive;Pittsburgh, PA
Zip Code: 15240
 
Record
SN04901288-W 20180427/180425231045-ca5a8e2a750090a2c5b53cc29a025cbc (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.