Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
SOLICITATION NOTICE

43 -- 668-23-3-5057-0031 NFPA 99 Compliant Triplex Medical Vacuum Package System

Notice Date
5/16/2023 9:04:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0444
 
Response Due
5/24/2023 5:00:00 PM
 
Archive Date
06/07/2023
 
Point of Contact
Rex Maughan, Contracting Specialist, Phone: (360) 816-2769
 
E-Mail Address
rex.maughan@va.gov
(rex.maughan@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for 36C260-23-AP-2399 Brand Name or Equal To NFPA 99 Compliant Triplex Medical Vacuum Package System 100% for SDVOSB Set Aside 1. This is a combined synopsis/solicitation for NFPA 99 Compliant Triplex Medical Vacuum Package System. Brand Name or Equal To as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation RFQ 36C260-23-AP-2399 is being issued as a Request for Quotation. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number (FAC) 2022-04 effective 01/30/2022 2. This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 3339112 Air and Gas Compressor Mfg. Size Standard 1,000 employees. Offerors must be registered at https://vetbiz.va.gov, in order to be considered for award. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Proprietary Letter required. 3. FAR Clauses 52.212-1 through 52.212-5 apply to this procurement. For the exact text and wording of clauses and provisions please see https://www.acquisition.gov. The Government contemplates an award of a Firm Fixed Priced purchase order contract resulting from this solicitation. 4. Description of supplies: Description of supplies: Salient characteristics needed at the Spokane VAMC Campus for the procurement of the BRAND NAME or EQUAL TO: NFPA 99 Compliant Triplex Medical Vacuum Package System. Brand Name or Equal To: NFPA 99 Compliant Triplex Medical Vacuum Package System Salient Characteristic Features RFQ# 36C260-23-AP-2399 Spokane VAMC is requesting NFPA 99 Compliant Triplex Medical Vacuum Package System. Essential/significant physical, functional, or performance characteristics NFPA 2021 Compliant Standard: NFPA 99 Compliant 7.5 HP Triplex Oil-Less Claw Medical Vacuum Package Vacuum Package Shall be Fully compliant with the latest edition of NFPA 99 Three oil-less rotary claw type 7.5H.P vacuum pumps with Base Mounted Modular Variable Frequency Drive (VFD) and with inlet filter and isolation valve for each ASME coded vacuum receiver with bypass and manual drain Triplex control panel with automatic lead/lag controls All components completely pre-piped and pre-wired to single point service connections Vibration isolation mountings Liquid tight conduit, fittings and junction boxes for all control and power wiring All interconnecting piping and wiring shall be completed and operationally tested prior to shipment Vacuum Pump Oil-less rotary claw pump Direct driven through a shaft coupling Air-cooled End (ultimate) vacuum = 26.9"" Hg (at sea level) Dry-running, with two claw-type, non-contacting rotors Sealing fluid not required Virtually maintenance-free operation High discharge temperature switch Built-in, anti-suck-back valve mounted at the pump inlet Vacuum Motor NEMA rated C-face TEFC 208V 60 hertz 3-phase Variable Frequency Drive (VFD) System Overcurrent Protective Device (OCPD) shall not exceed 100 Amps Vibration Isolation System Vacuum 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 Intake/Discharge Piping Vacuum pumps are connected to a common manifold and piped to a horizontal receiver Inlet check valve on each pump Inlet isolation valve on each pump Flexible connectors between pumps and manifold Flexible connectors for pump inlet and discharge connections Discharge flex connection shipped loose Vacuum Receiver Receiver with integrally mounted bypass and manual drain ASME Code stamped National Board Certified Rated for a minimum 200 PSIG design pressure Vacuum gauge Manual drain Bacterial Filters Compliant with NFPA 99:2018 Health Care Facilities Codes Particulate removal >99.995% efficiency Minimizes microbial contamination of vacuum pump, oil, and surrounding environment Glass drain flask for easy removal and sterilization System Health Monitoring and Trending of key components to provide notification of potential issue with the Health of the System Vacuum monitoring Current monitoring for each motor Ambient Temperature monitoring Trending of pumps running Control System Mounted and wired triplex control system NEMA 12 and UL 508A labeled Variable frequency drive to control one pump at a time Automatic lead/lag sequencing Circuit breakers One external disconnects, but internally one for VFD and one for each motor 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 Touch screen gateway shall be able to interface with Beacon Medes Total Alert Infinity Standard Screen Displays + Air level/Runtime + Replacement parts + Alarm history + Troubleshooting guidelines + Service Indicator + Historical trending of system status + Maintenance Schedule + System Health 7 Wide TFT Graphic Touch Screen with Motion Actuated Backlit 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 Ethernet IP, and Modbus TCP/IP Built-in VNC server allowing remote monitoring of live graphics through standard browser, smart phones & mobile devices Share data between HMI and Building Management systems Skid assemblies, one skid for the receiver tank and MCC, and the second skid for the three stacked pumps, all powder coated carbon steel. Environmental Conditions: Normal Operating conditions at a maximum ambient of 105° F. Capacities are shown per NFPA 99 standard with one pump in reserve. Package BTU/HR are shown with one pump in reserve. Noise levels are shown in dB(A) with the reserve pump on standby. System Overcurrent Protective Device (OCPD) shall not exceed 100 Amps Brand Name or Equal Manufacture: Patton Triplex Claw Vacuum Pump System Model: 74Iv-33-074A 1EA Muffler, Exhaust Silencer 2 for Vacuum Pumps Model: 19-03-003 3 EA Medical Isolation Valve, 3"" Dual Port, w/Locking Handle 1EA Equipment Dimensions: Dimensions provided shall be met or shall be less than described. Equipment configuration and piping size dimensions as noted Additional specifications: HP Capacity @19 Hg2 Package BTU/HR3 Noise Level4 System FLA Receiver Size (gallons) Receiver Height - H (inches) Pump (SCFM) System (SCFM) 208V (A) 7.5 65 130 37,740 82 58 200 85 Warranty Warranty for all equipment packages shall be free of defects in material and workmanship under normal use for a period not to exceed thirty (30) months from date of shipment, or twenty-four (24) months from date of start-up.     Brand Name or Equal to : TRIPLEX CLAW VACUUM PUMP SYSTEM           Manufactures: NFPA 99 Compliant Triplex Oil Less       LINE# ITEM # DESCRIPTION QTY UNIT COST Total Cost 1 74Iv-33-074A *** TRIPLEX CLAW VACUUM PUMP SYSTEM *** 1       NFPA 99 Compliant Triplex Oil Less         Claw Medical Vacuum Package System       MED VAC SYS CLAW 7.5 HP TPX BM SPC 200G       208/3/60 VFD HEPA       * Claw 7.5 HP Triplex       * Base Mount       * Single Point Connection (SPC)       * 200 Gal Vertical Receiver       * System Capacity:       130 SCFM @19"" Hg       * 208/3/60 Main Electrical Connection       * Variable Frequency Drive (VFD)       * HMI Touch Screen Display       2 19-03-003 Muffler, Exhaust Silencer 2"" for Vacuum Pumps U5-2 3     3 PMIV-2L-300 Medical Isolation Valve, 3"" Dual Port, w/Locking Handle 1     4 FREIGHT FOB DESTINATITION 1   NA Delivery FOB Destination to: DEPARTMENT of VETERANS AFFAIRS MANN-GRANDSTAFF VAMC (668) 4815 N. ASSEMBY STREET SPOKANE, WA 99205 5. This combined synopsis & solicitation notice is a request for competitive quotations. Therefore, all capability statements or quotations received prior to the RFQ close date will be considered. 6. This is a Brand Name or Equal to requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics products must meet to satisfy the Government s needs. a. Meet or exceed the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any and make/model number. b. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the items meet or exceeds the salient characteristics required by the Government. 7. The Government will award a single purchase order contract resulting from this RFQ to the responsible offeror whose offer represents the best value in terms of technical capability and price. All non-price factors technical capability is significantly more important than price. 8.Delivery shall be within (180) days from the time of award. Shall be delivered to: MANN-GRANDSTAFF VAMC 4815 N. ASSEMBY STREET SPOKANE, WA 99205 FOB Destination. 9. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: Provisions: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 10. 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Proprietary Letter required. 1. Ability to meet brand name or equal description listed in the Salient Characteristics and provide Descriptive Literature to support in that decision. 2. Then a comparative price evaluation will be conducted, of those vendors, and an awardee selected. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. 12. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: Clauses: 52.211-6 Brand Name or Equal (AUG 1999) 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.247-34  F.O.B. Destination. 852.203-70 Commercial Advertising (JAN 2008) 852.212-71 Gray Market Items. 852.219-10 VA Notice of Total SDVOSB Set-Aside 852.219-10DEV VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (NOV 2020) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests 852.246.71 Rejected Goods 13. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 14. There are no additional contract requirements, terms, or conditions. 15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 16. Quotes must be emailed to rex.maughan@va.gov The solicitation closes at 17:00 PST on 05/24/2023 All questions must be submitted by 05/22/2023 11:00 PST no questions will be accepted after 05/22/2023 all answers to potential questions will be answered posted via amendment to RFQ # 36C260-23-AP-2399 on BETA.SAM to maintain transparency and give all offerors a chance to compete. If you have a question for this solicitation, please make the subject: QUESTIONS FOR RFQ # 36C260-23-AP-2399. NO QUESTIONS WILL BE ANSWERED VIA PHONE or Orally. No late quotations will be accepted. Please email all quotes via email to rex.maughan@va.gov NO HAND DELIVERED OR MAILED IN QUOTES TO THE CONTRACTING ACTIVITY WILL BE ACCEPTED. 17. For information regarding the solicitation, please contact Rex Maughan at rex.maughan@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/786cf54b4ad74ea7ba6487aef884b5f2/view)
 
Place of Performance
Address: DEPARTMENT of VETERANS AFFAIRS MANN-GRANDSTAFF VAMC (668) 4815 N. ASSEMBY STREET, SPOKANE, WA 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN06684147-F 20230518/230517212024 (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.