SOURCES SOUGHT
43 -- Dental Compressor
- Notice Date
- 1/7/2019
- Notice Type
- Synopsis
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0247
- Response Due
- 1/8/2019
- Archive Date
- 2/7/2019
- Point of Contact
- shari.lee@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 6 TITLE:43-Sources Sought Notice for Medical Air Compressor Model 62-21-053C SOURCES SOUGHT NUMBER: 36325219Q0247 DUE: January 8, 2019 by 1400 hours CST (2:00PM CST) SET ASIDE: Unrestricted until market research closes NAICS: 333912 (Air and Gas Compressor Manufacturing) SIZE STANDARD: 1,000 employees REQUESTING AGENCY: Network Contracting Office 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214 Mail all responses only to: Shari Lee at shari.lee@va.gov The Great Lakes Acquisition Center, NCO 12, is seeking information regarding this Sources Sought notice. This request is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualifications of All Small Businesses, Service Disabled Veteran-Owned Small Businesses, and Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 333912 (Air and Gas Compressor Manufacturing). The Department of Veteran s Affairs is seeking small business manufacturers or authorized distributors of small business manufacturers, or functionally equivalent equipment to all the following: Items Needed to meet Governments requirement: Brand Name or Equal (BNOE) Medical Air System Compressor; Item 62-21-073C (Quantity) (Part Number) (Description) #1. (Quantity of 1) (62-21-073C) (BNOE Medical Air System Scroll 7.5 HP DPX TM SPC 120 GAL 460/3/60) Scroll 7.5 HP Duplex Tank Mount. Single Point Connection (SPC) 120 Gal Galvanized Horizontal Receiver System Capacity: 25.2 SCFM @50 psig, 24.0 SCFM @110 psig 460/3-60 Main Electrical Connection Package BTU/HR is 19,100 (reserve compressor on standby) Noise Level = 72 dB(A) (one compressor module running) Dual Desiccant Dryers with Filters and regulators. Dew Point Monitor CO Monitor HMI Touch Screen Display Fully NFPA 99 Code Compliant. Must also include certification charge. The VA Illiana Health Care System located in Danville, Illinois 61832 has a need to acquire (1) Complete Medical Air Package Model Number 62-21-073C Duplex Scroll Medical Air Compressor for their Dental Lab. This new Duplex Scroll Medical Air Compressor package, Model number 62-21-073C will replace the 40-year old compressor that cannot handle the increasing demands of Dental compressor requirements. The current compressor has been fixed and repaired numerous times and now must be replaced as the imminent failure of the compressor must be avoided. The new compressor must be able to accurately handle the continual changing requirements of all the Danville Dental labs. The current compressors failure would mean that all Dental operations in Danville will end for all Veterans. The following Salient characteristics are required to meet Governments need: NFPA 99 Compliant Duplex Oil Less Scroll Medical Air Package 7.5 HP Horizontal Tank Mounted with Single Point Connection and Desiccant Dryers Air Compressor Package Fully compliant with the latest edition of NFPA 99 Two oil less scroll air compressors with inlet filter, isolation valve and high inlet vacuum switch for each Two motors ASME coded corrosion resistant air receiver with bypass Duplex desiccant air dryer system with purge control and piped with duplex pre filters, after filters and regulators Duplex control panel with HMI control monitoring system All discharge air piping and fittings ASTM B 819 copper tubing, brass and/or stainless steel All brazed joints are per NFPA 99 All discharge flex connectors braided, 304 stainless steel Individual compressor isolation valve All components completely pre piped and pre wired to single point service connections All interconnecting piping and wiring is completed and operationally tested prior to shipment Liquid tight conduit, fittings and junction boxes for all control and power wiring Air Compressor Module Continuous duty rated with permanently lubricated, sealed bearings Air cooled single stage scroll type Constructed of one fixed and one orbiting scroll sealed with PTFE tip seals between the scroll halves Rated for 120 psig discharge pressure Protected from dust or contamination with a two-part face seal Orbiting bearings grease filled Drive Bearings Grease filled and lip sealed Drive bearing maintenance interval 10,000 hours Scroll housing constructed of die cast aluminum Integral cooling fan and air ducting for maximum heat dissipation Air cooled aftercoolers for each compressor module with maximum approach temperature of 15 ° F and automatic solenoid drain valves V belt drive with means of adjustment OSHA approved, totally enclosed belt guard High discharge air temperature shutdown switch wired to the compressor control system for each compressor Discharge line valve for load less starting Each compressor discharge line equipped with a safety relief valve, a check valve, isolation valve, and flex connector Compressor Motor EMA rated Open drip proof 3600 RPM, with 1.15 service factor 230/460V Vibration Isolation System Compressor and motor fully isolated from the package base by means of a four point, heavy duty, isolation system Minimum of 95% isolation efficiency Optional seismically restrained isolators at an additional cost Air Receiver Galvanized and integrally mounted with 3 valve bypass ASME Code stamped and National Board Certified Rated for a minimum 200 PSIG design pressure Liquid level sight glass Safety relief valve Manual drain Automatic timed solenoid drain valve Dryer/Filter/Regulator System Dual desiccant air dryers with an integral demand based purge saving control system Each dryer individually sized for peak calculated demand and capable of producing a 10 ° F ( 12 ° C) pressure dew point High efficiency coalescing pre filter rated for 0.01 micron on each dryer with automatic drain and element change indicator Particulate final line filters rated for 0.01 micron on each dryer with element change indicator Final line regulators and safety relief valves on each dryer Isolation valves to permit servicing without shutting down the medical air system Air sample port Dew Point Hygrometer/CO Monitor Dew point hygrometer/CO monitor with integral chemical CO sensor pre piped, wired and includes remote alarm contacts Hygrometer sensor ceramic type Accuracy minimum of ± 2 ° F for dew point and ± 2 PPM (at 10 PPM) for carbon monoxide Dew point alarm factory set at 36 ° F (2 ° C) per NFPA 99 CO alarm factory set at 10 PPM Both set points field adjustable High CO and dew point indicated with visual/audible alarms Control System Mounted and wired duplex control system NEMA 12 and UL 508A labeled Automatic lead/lag sequencing Circuit breaker disconnects for each motor with external operators Full voltage motor starters with overload protection 120V control circuit transformers for each motor circuit Visual and audible reserve unit alarm with isolated contacts for remote alarm Hand off auto selector switches for reliable back up Automatic alternation of compressors based on a first on/first off principle with provisions for simultaneous operation Automatic activation of reserve unit if required Visual and audible alarm indication for high discharge air temperature shutdown with isolated contacts for remote alarm SIGNAL 1 touch screen gateway Standard Screen Displays Includes the following displays: (1) Air level/Runtime; (2) Alarm History; (3) Service Indicator; (4) Maintenance Schedule; (5) Replacement parts; (6) Troubleshooting Guidelines; and (7) Historical Trending of System Status And 7 Wide TFT Graphic Touch Screen with Motion Actuated Back lit LED and Bright 65,536 (16 bit) Colors Downloadable Trend Information via USB Host Port or Network Device 128MB Flash Memory, 64MB DRAM Built in Ethernet Port 10/100 Base T (RJ45) Supports over 100 Communication Protocols including BACnet IP, Ethernet IP, and Modbus TCP/IP Built in Multiple Ports it can handle three (3) additional Proto cols simultaneously Built in VNC server allowing remote monitoring over Ethernet/Internet network for Real Time monitoring of live graphics through standard browser, smart phones & mobile devices Share data between HMI and Building Management systems with no additional software to implement **Offers must respond to this sources sought notice with their authorization letter from the OEM. If you respond favorably with no authorization letter within your email, your response will not and cannot be counted as any possible set-aside. The Contracting Officer will verify that each response is legitimate and verifiable. The place of performance is Department of Veterans Affairs, Illiana VA Health Care System, 1900 East Main Street, Danville, Illinois 61832 ** To prevent Gray Market Items within the VA, the following also applies to this sources sought notice: ** (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. The applicable North American Classification System (NAICS) Code for this requirement is 333912 (Air and Gas Compressor Manufacturing), and the small business size standard is 1000 employees. Email should contain the following information: Name of firm, full Socio-Economic category of the firm, complete address, phone & fax number of contact and SAM expiration dates. Please reply to shari.lee@va.gov and place 36C25219Q0247 Dental Compressor in the title line within the email. All authorized distributors MUST provide authorized distributor letter when responding, so determination of any set-aside can be made. All responses are due by January 8, 2019 by 1400 hours CST (2:00PM CST). **Note: All SDVOSB vendors who are also authorized distributors of Brand Name or Equal equipment that meets all salient characteristics who plan on competing for this stated acquisition must be VIP Verified at https://www.vip.vetbiz.gov/. To properly apply the VA Rule of Two 38 U.S.C. 8127 (d) Supplies and Services to procurements for SDVOSB set-asides, Contracting Officers are required to verify that all SDVOSBs who are interested parties are VIP Verified during entire acquisition process. Thank You** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0247/listing.html)
- Place of Performance
- Zip Code: 60832
- Record
- SN05188023-F 20190109/190107230012 (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 |