Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2019 FBO #6344
SOURCES SOUGHT

65 -- Reverse Osmosis Storage Tank - Washington DC VAMC

Notice Date
4/5/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC (613);VISN 5 Contract Satellite Office;510 Butler Avenue, Building 306A;Martinsburg WV 25405
 
ZIP Code
20422
 
Solicitation Number
36C24519Q0237
 
Response Due
4/10/2019
 
Archive Date
5/10/2019
 
Point of Contact
correspondence
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes a Sources Sought. It is not a solicitation or request for proposal, but an effort to obtain information for planning purposes only. STATEMENT OF WORK SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, parts, supervision and other items and services necessary to install the Reverse Osmosis Storage Tank at the Washington DC Veterans Affairs Medical Center, 50 Irving Street NW, Washington, DC 20422. All work shall be completed by a certified contractor on installing the RO units. The install includes connecting the feed and return lines. The contractor shall also provide in-service to the end users and technical support personnel. The Contractor shall provide drawings, installation, validation, and training of the RO unit. They shall provide 24 hour telephone, remote diagnostic, and repair support during the warranty period. The Contractor will provide on-site emergency coverage for inoperable equipment. Telephone support will also be 24 hours, 7 days week with a 30 minute response time during business hours and 2 hours outside of normal business hours. Full installation, commissioning/testing, and user training shall be scheduled with the Contracting Officer Representative (COR) several months in advanced. The anticipated installation date is July September 2019. These dates are not confirmed and should only be used for scoping and planning purposes. Contractor shall provide project management services for this installation and coordinate installation with the Construction Team. They shall provide all required documents and specifications needed for the installation and maintenance of their system. 1. EQUIPMENT: The contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. 2. AREAS TO BE SERVICED: (one or all as necessary and appropriate to this contract) Washington DC VA Medical Center 50 Irving Street NW Washington, DC 20422 3. TASK FREQUENCY AND INSTRUCTIONS: The Contractor shall be available 24/7 to support the products during its warranty period. Each instance of service will be a single visit, be it a single day or multiple days, at the facility for a period sufficient to complete the work set forth in the scope of work. This visit is to be scheduled in advance with the Washington DC VA Medical Center s Biomedical Engineering Section. Service reports for any and all work done are required to be submitted to the Biomedical Engineering Section within three business days of completion of the work. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use on the system. In the case of equipment turn-in, exchange, repair or replacement hard drives used by the VA shall be removed from the equipment and remain in possession of VA. 4. SPECIAL WORK REQUIREMENTS: None. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, cubs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 6. ATTACHMENTS: None. 7. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. Salient Characteristics The procurement of a sterile processing water treatment system using reverse osmosis filtration. The water treatment system must be able to supply water for a cart washer, two ultrasonic cleaners, three disinfectant washers, and five (5) sanitizing foam dispensers. It must meet sterile processing water treatment regulations and provide high quality low conductivity water. Finally, the RO system must fit in the water treatment room. Requirements: Cut sheet and utility requirements must be provided Plumbing connection provided and/or meeting industry standards A storage tank: 180-200 gallons High flow pump: 210 GPH Reverse Osmosis with deionizer Ohm monitor with alarm: 200,000 ohm cm 1meg ohm Hard water scale reduction (ie. antiscalant feed tank) Configurable settings High conductivity alarm Low feed pressure system shutdown and alarm Electricity: 115-120v, 15amp and/or 220V, 15amp Operating Weight: Less than 2500lbs Must fit in treatment room (LxWxH): 15 11.5 x 14 8 x 12 10 Local Field Office with Technical Support personnel to conduct site visits and to support the system during the warranty period 1 year warranty Installation and training required Project Management services are required NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-APR-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/MaVAMC613/MaVAMC613/36C24519Q0237/listing.html)
 
Place of Performance
Address: Washington DC VAMC;00688;Biomedical Engineering;50 Irving Street, NW;Washington, DC
Zip Code: 20422
Country: USA
 
Record
SN05272878-F 20190407/190405230025 (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.