Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOLICITATION NOTICE

43 -- QUINCY MODEL ""or EQUAL"" QVMS-10T TRIPLEX NFPA 99 COMPLIANT LUBRICATED ROTARY VANE VACUUM PUMP SYSTEM

Notice Date
8/5/2022 1:50:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1194
 
Response Due
8/12/2022 9:00:00 AM
 
Archive Date
09/11/2022
 
Point of Contact
latonya.mack@va.gov, LaTonya Mack, Phone: 601-206-6964
 
E-Mail Address
Latonya.Mack@va.gov
(Latonya.Mack@va.gov)
 
Awardee
null
 
Description
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: __Vacuum Pump System-_Little Rock VA Medical Center (LRVAMC)____________ 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Item /Description of Supplies/Equipment Qty 1 QUINCY MODEL or EQUAL QVMS-10T TRIPLEX NFPA 99 COMPLIANT LUBRICATED ROTARY VANEVACUUM PUMP SYSTEM. FEATURES: NFPA 99 COMPLIAN MEDICAL PACKAGE; PUMPS; TEFC MOTORS; FUSIBLE DISCONNECT; INLET CHECK VALVE; HIGH TEMPERATURE SWITCH; NEMA 12 CONTROL PANEL; INLET FILTERS; CHECK VALVES; INTERCONNECTING PIPING AND WIRING. ALARMS AND ELECTRICAL COMPONENTS ARE INCLUDED TO MEET NFPA 99 SPECS; STACK MOUNTED; VERTICAL AIR RECEIVER 120 GALLON. SPECIFICATIONS: CAPACITY 66 CFM; HORSE POWER: 10(X3); MAX VACUUM 29""; RPM;1800;INLET CONNECTION : 1.5"" NOISE LEVEL ; 76DDA; WEIGHT 200 LBS; ELECTRICAL 460 VOLT 3 PHASE. 1 EA The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __333914__ is __700 employees__ . STATEMENT OF WORK CAVHS - North Little Rock, AR 598-22-153 Central Arkansas Veterans Healthcare System (CAVHS) SCOPE The contractor shall provide all labor, tools, materials, equipment, transportation, and supervision necessary to provide a medical vacuum pump system as defined in the General Requirements and specifications below. The contractor shall ensure a compatible pump system is selected and deliver the vacuum pump system to the Central Arkansas Veterans Healthcare System in North Little Rock as detailed in the General Requirements. GENERAL GUIDANCE One of the two existing primary vacuum pump systems located at John L. McClellan Medical Center in North Little Rock, Arkansas. The required spare system has been installed to replace the failed system. A new back-up pump system is required in case of emergency replacement. Provide a Quincy model QVMS-10T Triplex, NFPA 99 compliant, Lubricated Rotary Vane Vacuum Pump System, or approved equal. The pump system shall meet the specifications as prescribed below in the general requirements section. This equipment will be placed at John L. McClellan Medical Center in North Little Rock, Arkansas. WORK HOURS: All work pertaining to this contract will need to be performed Monday thru Friday unless a Federal holiday falls on one of these days. The time frame will be whatever is needed to work around the different service schedule. Most of the work could be done between 8am to 4pm. Some work outside of normal hours of operations may be necessary (i.e. Electrical) must be coordinated with the project Contracting Officer Representative (COR). On the days listed below delivery shall not be scheduled unless unique situations arrive and prior approval between the contractor and CAVHS parties involved is agreed upon. GOVERNMENT PERSONNEL OBSERVED HOLIDAYS: 4.1. The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day Martin Luther King's Birthday President's Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas 4.2. In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation GENERAL REQUIREMENTS: 5.1. The contractor will provide equipment to provide a vacuum pump system that meets the specifications below and ensure delivery to the building located in North Little Rock as specified below. The following are the pump specifications and other applicable specifications: 5.1.1. PUMP SPECIFICATIONS 5.1.1.1. Contractor shall provide a pump system that is NFPA 99 compliant. 5.1.1.2. Contractor shall provide alarms and electrical components as part of the system that are compliant with NFPA 99 specifications. 5.1.1.3. Contractor shall provide a 460 Volt, 3-Phase pump. Pump shall have a capacity of 66 CFM or better and shall have a maximum vacuum capacity of 29 or greater. Pump shall be 10 HP or greater and shall be stack mounted. 5.1.1.4. Contractor shall provide all interconnecting wiring, piping, pumps, controls, high temperature switch, fusible disconnect, check valves, valves & filters as necessary to provide a complete pump system. Pump control panel shall be Nema 12. 5.1.1.5. Contractor shall provide a vacuum pump system that is compatible with the existing critical Medical Vacuum System at John L. McClellan Memorial Hospital, Building 170 located on the Central Arkansas Veterans Healthcare System located in North Little Rock, Arkansas. 5.1.1.6. Pump and system capabilities shall meet or exceed the pump capabilities of the Quincy Model QVMS-10T Triplex NFPA 99 compliant lubricated rotary vane vacuum pump system. 5.2 The contractor shall insure that the medical vacuum pump system is delivered by 7/30/2022 to the following address and reference the VA s purchase Order Number in the shipping address: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive, Building 182 North Little Rock, Arkansas 5.3 Upon arrival at CAVHS, the contractor shall be required to log in with VA Police Dispatch (Building 1, first floor) to obtain a contractor badge. The contractor will always visibly wear the badge while on CAVHS premises and will be required to turn in the badge before leaving CAVHS premises. 5.4 All disposal costs and fees for debris removal will be the contractor s responsibility. 5.5 The contractor shall not perform any service or provide any item that is outside of the scope of work without the written approval of the Contracting Officer. CHANGES TO THE STATEMENT OF WORK The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer s Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the Contracting Officer (CO) in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. REPORTING REQUIREMENTS All documents will be given to the Contracting Officer and or the Contracting Officer Representative in a Word Document, or Adobe pdf and Excel spreadsheet file. CONFIDENTIALITY AND NONDISCLOSURE The Contractor understands and agrees that confidential information (patients, employee, or facility) must always be secured and protected. The Contractor and its personnel shall be held liable in the event a breach of confidentiality occurs as a result of the Contractor or its employees. Each contract employee will be required to read and sign the Contractor Rules of Behavior and provide the original signature page to the COR. SPECIAL CONSIDERATION: All contractors and visitors are required to adhere to Universal Masking Guidance which requires people to wear a cloth face covering or facemask over their mouth and nose while in any building of Central Arkansas Veterans Healthcare System (CAVHS). Daily healthcare screening is required before entrance to VA facilities due to COVID-19. No one with a cold or flu like symptoms will be allowed on VA property. In the event that symptoms occur while on site, the contractor will notify the COR immediately. The individual(s) maybe required to be COVID tested and quarantine until released by Infection Control to return to site. INFORMATION SYSTEM OFFICER, INFORMATION PROTECTION: The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. PRIVACY OFFICER: The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. RECORDS MANAGER: 12.1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. Chapters. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 12.2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 12.3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 12.4. Central Arkansas Veterans Healthcare system and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Central Arkansas Veterans Healthcare system or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Central Arkansas Veterans Healthcare system. The agency must report promptly to NARA in accordance with 36 CFR 1230. 12.5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Central Arkansas Veterans Healthcare system control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 12.6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and Central Arkansas Veterans Healthcare system guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 12.7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Central Arkansas Veterans Healthcare system policy. 12.8. The Contractor shall not create or maintain any records containing any nonpublic Central Arkansas Veterans Healthcare system information that are not specifically tied to or authorized by the contract. 12.9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 12.10. The Central Arkansas Veterans Healthcare system owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Central Arkansas Veterans Healthcare system shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The LRVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the LRVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 11:00am (CST), August 8, 2022 via email to latonya.mack@va.gov RFI responses are due by 11:00am (CST), August 12, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: LRVAMC Vacuum Pump System. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by LRVAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16. 7. Contact Information: LaTonya G Mack LaTonya.Mack@va.gov Your response to this notice is greatly appreciated!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9ca1a108dc7a4aa69cb7bed68a38b970/view)
 
Place of Performance
Address: Department of Veteran Affairs Central Arkansas Veterans Healthcare Sys Deliver to: 2200 Fort Roots Drive, North Little Rock 72114
Zip Code: 72114
 
Record
SN06416424-F 20220807/220805230120 (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.