Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2019 FBO #6467
SOURCES SOUGHT

W -- Oklahoma City VA Medical Center Deionized Water Equipment Rental Base with 4 Option Years

Notice Date
8/6/2019
 
Notice Type
Synopsis
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;1011 Honor Heights Dr;Muskogee, OK 74401
 
ZIP Code
80111
 
Solicitation Number
36C25919Q0532
 
Response Due
8/13/2019
 
Archive Date
11/11/2019
 
Point of Contact
mitchael.purdom@va.gov
 
Small Business Set-Aside
N/A
 
Description
36C25919Q0313 Deionized Water Equipment Rental Department of Veterans Affairs Oklahoma City VA Medical Center Oklahoma City VA Medical Center 921 NE 13th. Street Oklahoma City, Ok 73104-5007 Deionized Water Equipment Rental BRIEF SCOPE OF WORK (This is for information only) PURPOSE The Oklahoma City VA Health Care System (OKC VAHCS) has a requirement for Deionized Water Equipment services in the following locations outlined in this Statement of Work (SOW). The Contractor shall furnish all contract oversight, management, Technically Trained Personnel, uniforms, equipment, tools, materials, supplies, storage, insurances and transportations necessary to provide Deionized Water Equipment Services for OKC VAHCS in accordance with this SOW. This is a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose of fulfilling the SOW and shall be considered employees of the Contractor. All contract services will be performed at the following location and during the periods of performance: LOCATION: Oklahoma City VA Health Care System (OKC VAHCS) 921 NE 13th St. Oklahoma City, OK 73104 Period of Performance: Base year: FY2020 October 1, 2019 to September 30, 2020 Option year 1: FY2021 October 1, 2020 to September 30, 2021 Option year 2: FY2022 October 1, 2021 to September 30, 2022 Option year 3: FY2023 October 1, 2022 to September 30, 2023 Option year 4: FY2024 October 1, 2023 to September 30, 2024 TASKS AND REQUIREMENTS: Water Treatment Contractor shall provide treated water for the areas identified in the table at the quality defined for each location. Location Item Minimum Quantity/year Anticipated Change Out Frequency 4th Floor Lab (6) 10 carbon filters 36 every 2 months 4th Floor Lab (6) D45 PMB 36 every 2 months 4th Floor Lab (6) faucet filters 36 every 2 months 4th Floor Lab (2) D45X MB 12 every 2 months 4th Floor Lab 10 5 micron filter 6 every 2 months 4th Floor Lab 10 0.2 micron filter 6 every 2 months Sterile Processing (2) 9 PE Tri-Bed DI 12 every 2 months Hematology D-45 MB DI 4 every 3 months Pharmacy D-45 MB DI 4 every 3 months Dental D-25 MB DI 4 every 3 months Biomed D-25 MB DI 4 every 3 months Boiler Plant D-45X MB DI 4 every 3 months Bldg 19 Lab 9 Carbon 2 every 6 months Bldg 19 Lab 9 Dual Bed 6 every 2 months Bldg 19 Lab (2) 14 Mix-Bed 4 every 6 months Bldg 19 Lab 0.2 micron 1 once a year Bldg 19 Lab 10 5 micron filter 2 every 6 months Bldg 19 Lab UV Bulb 1 once a year Bldg 19 Lab Sanitize System 1 once a year DESCRIPTION/SPECIFICATIONS/WORK STATEMENT THE FOLLOWING WORK SHALL BE PERFORMED: The contractor will provide equipment and materials necessary to provide Reagent Grade Type I water with resistivity greater than 15 meg-ohm-cm for the laboratories and Mixed-bed quality water with resistivity greater than 1 meg-ohm to the other areas specified above. Contractor will ensure water quality is maintained throughout the period of performance. Contractor will bring and install equipment as required to provide quality water. If a mechanism other than resin bottles is used, the Contractor must provide specifications for the alternate system and must be approved by the COR before the system can be installed. No damage may be incurred to the walls, ceilings, or floors without appropriate COR authorization prior to installation. Any damage must be repaired by the Contractor in accordance with OKC VAHCS s requirements. QUALIFICATIONS: Contractor shall have demonstrated at least three years of experience servicing at least three similar size hospitals. Contractor shall have the ability to convert the VA locations to their services immediately after award of the contract. Equipment will need to be in place October 1. Equipment will need to remain in place for a minimum of 5 days after the end of the period of performance. Contractor shall have in place and maintain a valid contingency plan to meet the requirements of the contract. Contractor shall incur all cost associated with fulfilling this contingency plan at no additional expense to the Government. Contractor shall be liable for all expenses incurred by the Government due to the Contractor s inability to perform in accordance with these requirements. Contractor is required to identify any subcontractors and suppliers. Contractor is responsible for supervision, contract compliance and obtaining any necessary documentation from their subcontractors or suppliers performing under this contract. Contractor shall provide their employees with appropriate protective clothing, equipment, and apparel as described by the Occupational Safety & Health Administration (OSHA). Contractor must report all injuries, accidents, or property damage to the COR within twenty-four (24) hours. Location of performance VA Eastern Oklahoma Health Care System 921 NE 13th. Street Oklahoma City, OK 73104-5007 IMPORTANTR NOTE: This RFI (Request for Information) is for information only; no award will be made from this RFI. Please communicate via e-mail to Mitchael.Purdom@va.gov by COB August 16, 2019 as to your company s ability to perform service per this brief Scope of Work. If interested please provide the following: Please state your company s business size Please provide DUNS number If you have a FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-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/VARMCCC/VARMCCC/36C25919Q0532/listing.html)
 
Place of Performance
Address: Oklahoma City VA Medical Center;921 NE 13th. Street;Oklahoma City, OK 73104
Zip Code: 73104
Country: USA
 
Record
SN05393988-F 20190808/190806230024 (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.