Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOLICITATION NOTICE

J -- Deion Water System Maintenance in Lab (VA-20-00051444)

Notice Date
11/5/2020 6:11:59 AM
 
Notice Type
Presolicitation
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24721Q0087
 
Response Due
11/5/2020 8:00:00 AM
 
Archive Date
11/06/2020
 
Point of Contact
Mariah Delaney-Mack, Contract Specialist, Phone: (334) 727-0550 ext. 4500
 
E-Mail Address
Mariah.Delaney-Mack@va.gov
(Mariah.Delaney-Mack@va.gov)
 
Small Business Set-Aside
VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
 
Awardee
null
 
Description
Department of Veterans Affairs Central Alabama Veterans Health Care System (CAVHCS) Sources Sought Notice Deionized Water System Maintenance This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought (please include your company DUNS Number on your submission). CAVHCS is seeking a qualified vendor to provide Deionized Water System preventative maintenance. The general service and standards of services shall be of quality; meeting or exceeding those outlined in the General Requirements section below. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: The contractor shall: (all services listed below shall be performed monthly, quarterly, or semi-annually depending on equipment) Stand Alone De-ionized Water System, the preventive maintenance is performed monthly, to include but not limited to: inspect the system and make necessary adjustments and repairs, analyze the feed water, analyze water hardness, check the TDS inlet pressure, check the chlorine levels, check the flow through the system and correct as needed, check for leaks, check for chlorine break through and repair leaks as needed, inspect the mixed bed tank, change the 1.2 cubic foot mixed bed tank every month, change the 0.2 UM filter every 6 months, change 20 UM carbon filter every 6 months, perform the STANDARD ANALYSIS PLUS TOC test to INCLUDE LOW RANGE SILICA test every 6 months (February & August) and to provide copies of the report to the Lab & to the Biomedical Section Manager. PURELAB CLASSIC UV POINT OF USE POLISHER, The preventive maintenance is performed semi-annually in the months of February and August, to include but not limited to: inspect the system and make necessary adjustments and repairs, replace the DI CARTRIDGE (DI pack) every 6 months, provide and replace the Chlorine tablets (12 pack) for a year, replace the UV bulb once a year, perform the STANDARD ANALYSIS PLUS TOC test to INCLUDE LOW RANGE SILICA test every 6 months (February & August) and to provide copies of the report to the Lab & to the Biomedical Section Manager. Wall Unit De-ionized water system (Tuskegee), The preventive maintenance is performed quarterly in the months of November, February, May and August, to include but not limited to: inspect the system and make necessary adjustments and repairs, check the flow through the system and correct as needed, check for leaks, check for chlorine break through and repair leaks as needed, perform the system sanitization every 6 months, change the 5 UM filter every 3 months, change the two (2) 25/01 micro dual gradient 20 BB filters every month, change the two (2) 50/05 micro dual gradient 20 BB filters every month, perform the STANDARD ANALYSIS PLUS TOC test to INCLUDE LOW RANGE SILICA test every 6 months (February & August) and to provide copies of the report to the Lab & to the Biomedical Section Manager. The contractor shall provide and utilize procedures and checklists, with worksheet originals indicating work performed and actual values obtained (as applicable) and shall provide said documentation to the COTR at the completion of the PM. PM services shall include, but may not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial maintenance of non-emergent nature. Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. Inspecting, and replacing where indicated, tubing for wear and fraying. Measuring, adjusting and calibrating as necessary. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting and replacing where indicated, all mechanical components including, for mechanical integrity, safety, and performance. Apply gummed label, dated & signed, certifying performance and safety to meet MFG'S published specifications as of that date. Returning the equipment to the operating condition defined in B.1.3, Conformance Standards. Providing documentation (worksheet) of services performed on each machine tested. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. The contractor shall furnish documentation, including all measurements and calibration data. The contractor shall furnish all backup documentation to ensure that the system is performing in accordance with Section B.1.3, Conformance Standards.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/def1df20008e48f58b6900925cbaf491/view)
 
Place of Performance
Address: Department of Veterans Affairs Central Alabama Veterans Health Care System East and West Campuses 215 Perry Hill Rd, Montgomery, AL 36109, USA
Zip Code: 36109
Country: USA
 
Record
SN05846954-F 20201107/201105230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.