Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

J -- Medical Air/Vacuum Inspection and Maintenance (PVAHCS) - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;3601 S. 6th Avenue;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
36C25818Q0279
 
Archive Date
7/14/2018
 
Point of Contact
Michael Williams
 
E-Mail Address
792-1450,
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. DRAFT * STATEMENT OF WORK (SOW) * DRAFT Medical Air and Vacuum Equipment Inspection and Service Contract Contents: I. Background II. Objectives III. Statement of Work / Requirements IV. Special and Technical Requirements NOTE: No security accreditation package is required and Contractor will not have access to any VA sensitive information. This project does not require acquisition of a service that involves storage, transmitting or exchanging VA sensitive information as this requirement is strictly a construction activity per the SOW below. Background: The Phoenix VA Health Care System (PVAHCS) is seeking an annual service contract to inspect and service the Facility Medical Air, Medical Vacuum, Dental Waste Anesthesia Gas and Dental Vacuum equipment at the Carl T Hayden Campus (CTHC). This equipment provides Medical Air and Medical Vacuum to the Dental Clinic (Building 29), Community Living Center (Building 16) Main Hospital (Building 1) and the Ambulatory Care Clinic (Building 8). Objective: Award a one-year contract with 4 one-year options to provide inspections and repairs to our Medical Air and Medical Vacuum equipment as identified in this Statement of Work. The Government reserves the right to change the number of systems and locations under the terms of this contract. The objective of this contract is to provide for Annual inspection, maintenance and repairs as required for The Joint Commission compliance. 3.0 Special and Technical Requirements This service contract requires that technicians performing and completing all phases of inspections, servicing and repairs shall possess experience in Preventative Maintenance and repair of Medical Gas equipment. Medical Gas Maintenance and Repair 6040 Certification. Certificate required Knowledge of applicable NFPA and NEC regulations. Factory trained in Medical Gas source equipment. Certificate required. Working knowledge of Desiccant and refrigerated dryers. Working knowledge of all components of a Medical Gas system: source equipment, (oxygen, air compressor, gas manifolds, vacuum and nitrous), alarm signals (master, area/zone panels), pipeline ( outlets, ceiling drops/columns, N2 control panels, valves, sensors, transducers, switches, gauges, EOC, Bulk O2). Working knowledge of the several types of air compressors and vacuum pumps: scroll, claw, rotary screw and reciprocating. Working knowledge of several types of gas outlets, gas outlet manufactures i.e.: Allied/Chemtron and Beacon Medaes. Working knowledge of various alarm panel types, alarm panel manufactures i.e.: Allied/Chemtron and Beacon Medaes. Working knowledge of dental source equipment. Working knowledge of compressor products. Equipment List: Quad BeaconMedaes Medical Air System Model: LPS-15Q-SD-OCY-001 Serial # 95282-1 Triplex BeaconMedaes Medical Vacuum System Model: LVS-10T-HA200-TC Serial # 127073-1 Duplex BeaconMedaes Medical Air System Model: LPS-3D-SD120-DCY Serial # 239797-1 Duplex BeaconMedaes Claw Vacuum Pump Model: 4107102489 Serial # HOP350207 AMCO Vacuum Pump Model: VCCDDOGOPTHN02346063N Serial # U16100059 AMCO Vacuum Pump Model: VCCDDOGOPTHN02346063N Serial # U16100060 7, TECH WEST DRY - VAC system Model VPD30D5 Serial # VPD30-5027 Task requirements: Check all electrical components, check service readings, grease motor bearings (if applicable), test all warning lights, change gear box oil, drain condensate in air receiver, check all alarms for proper function, check exhaust for accumulated moisture, check gear box oil level, grease pump bearings (if applicable), replace inlet filters, check vacuum switch settings, inspect pump couplings, check air filter elements, check all dryer components, check for leaks, check V-belts, check aftercooler drain valves, check pressure switch settings, rotate dryers, calibrate CO monitor, check flow through DP orifice. Log the following: Running hours on each piece of equipment, Ambient temperature, Voltage L1-L2, Voltage L1-L3, Voltage L2-L3, Motor amps., Vacuum switch 1 settings, Vacuum switch 2 settings, Vacuum switch 3 settings, Relief valve 1 setting, Relief valve 2 setting, Relief valve 3 setting, Final Line vacuum, Pressure dew point, CO reading, Final line pressure, Running hours, Pressure switch setting. The Contractor shall provide notification one (1) week prior to site visit to the Engineering authority. The Contractor shall annually replace oil, replace inlet filters and replace dryer filters on all applicable equipment. The Contractor shall ensure each Medical Air compressors conforms to grade N standards. The Contractor shall use certified and documented equipment to check Medical Air for carbon dioxide, sulfur, nitrous fumes, carbon monoxide, oil concentration and dew point. All levels shall meet the criteria defined by CGA G7.1ANSI grade N air. The Contractor shall provide an electronic service inspection report within 10 working days to the Contracting Officer, the Maintenance Shop Supervisor and the Maintenance and Operations Supervisor The Contractor shall provide electronically a detailed discrepancy list with explanations and a proposed correction costs to each discrepancy. The Contractor shall respond to requests for emergency services in the following manner: A competent service representative shall respond and arrive at the Phoenix VA Medical Center facility within two (2) hours from the time of request for service. All requests for service shall be considered emergency requests unless a statement to the contrary from the Engineering representative. The Contractor shall restore the facility to full performance within 24 hours of the originating request for service. Information Security and Privacy Considerations: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information protection, patient privacy, and information system security as delineated in this contract. Contractor shall adhere to any VA specific security requirements such as no weapons allowed on the medical center grounds and smoking only in designated areas. Per the Checklist for Information Security in the Initiation Phase of Acquisitions, Handbook 6500.6 Appendix A; the services provided under this contract do not require computer device connections to VA networks. Therefore, the C&A requirements do not apply, and that a Security Accreditation Package is not required. Per VAH 6500.6c Appendix A, the services provided under this contract do not require the collection, storage or transmission of VA sensitive information or patient health information (PHI/PII/III). All contracted personnel on site must be escorted at all times, by a VA employee, or if on site for more than two days, will need to show completion of the VA Privacy and Information Security Awareness and Rules of Behavior (VA10176 or VHA equivalent). Prospective contractors must be authorized/certified to provide the required service, and must show proof with any provided documents at the time of responding to this Sources Sought announcement Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Notice request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 541990 ($15.0M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all 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. All interested Offerors should submit information by e-mail, mail or ground carrier to: Southern AZ VA HealthCare System, 3601 S. 6th Avenue, Tucson, AZ 85743 or by e-mail to Michael.Williams48@va.gov. All information submissions to be marked Attn: Michael Williams, Contracting Specialist (9-90C) and should be received no later than 3:30 pm Pacific Standard Time on May 21, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/36C25818Q0279/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q0279 36C25818Q0279_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305385&FileName=36C25818Q0279-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4305385&FileName=36C25818Q0279-003.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: Phoenix VA Healthcare System (PVAHCS);650 E. Indian School Road;Phoenix, Arizona
Zip Code: 85012
 
Record
SN04923002-W 20180517/180515230709-56dc17978caf16b4405221e2138ee7c6 (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.