SOURCES SOUGHT
65 -- Grossing hoods and vented cabinet
- Notice Date
- 7/18/2023 12:20:17 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0880
- Response Due
- 7/26/2023 9:00:00 AM
- Archive Date
- 09/24/2023
- Point of Contact
- Rosangela Pereira, Contract Specialist, Phone: 401-273-7100
- E-Mail Address
-
Rosangela.Pereira@va.gov
(Rosangela.Pereira@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must respond to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112, (6515) with a size standard of 1,000 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing grossing hoods and a vented cabinet at the Providence VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 12PM EST, 26 July, 2023. All responses under this Sources Sought Notice must be emailed to Rosangela.Pereira@va.gov with RFI #36C24123Q0880 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the supply/ service as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK Grossing Hoods and Vented Cabinet The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform the following: Installation as described in this SOW, and implementation of. 1-TBJ MODEL 34-60-S BD GS 1-TBJ MODEL 34-48 S BD GS VENTED STORAGE CABINET MODEL 24-36 VSC Training overview for Providence VA Medical Center staff. 1. EQUIPMENT The following equipment shall be provided and installed by the Contractor in the space determined by the Government adjacent to PVAMC ventilation system, and PVAMC staff will make the final connection to our Ventilation system. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable. The TBJ Model 34-60-S BD GS and TBJ Model 34-48-S BD GS are backdraft grossing stations. The grossing station is utilized by the Anatomic Pathology for grossing and dissection of surgical tissue. The station allows for proper ventilation when working with carcinogenic chemicals such as formaldehyde. The grossing station provides a designated area to dissect grossly bloody specimens. Vented Storage Cabinet Model 24-36 VSC This storage cabinet will provide proper ventilation for the wet pathology specimens that are required to be stored for two weeks. This is a CAP requirement, (College of American Pathologist) 25Dx 36wx86H 2 Hinged doors with Safety glass 4 Inch diameter duct connection 6 adjustable, perforated shelfs The Contractor shall provide all tools and equipment necessary to install properly and safely the Grossing stations to the area next to our HVAC exhaust system, and PVAMC technicians will make the final connection to our exhaust. They will place the cabinet in a place determined by the government, next to the exhaust system. The contractor will be responsible for removal and decontaminating the old hood, The Shandon /Lipshaw 97008. 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. The Contractor shall provide any equipment necessary for proper infection control measures during installation. 2. SALIENT CHARACTERISTICS The Contractor shall provide a fully functional system that meets the following characteristics: The TBJ Model 34-60-S BD GS and TBJ MODEL 34-48-S BD-GS-AH is a backdraft grossing stations Overall dimensions: 34"" deep x 60"" wide x 33"" to 39"" high adjustable work surface 54"" wide x 24"" backdraft ventilated work area 4"" x 48"" with flexible bellows duct connection standard T304/316 #4 polished stainless steel Heli arc welded construction All exposed welds ground and polished Backdraft exhaust plenum with removable backdraft exhaust grill Single compartment sink with cove corners Sink base cabinet to house utilities below the sink Hot/cold water faucet with swing gooseneck, vacuum breaker, and foot-pedal controls Built-in table flush/perimeter rinse manifold with control valve Hand spray gun with gentle spray nozzle and recoil hose Stainless steel hutch and shelving Paper towel holder Duplex GFCI outlet with waterproof cover Magnetic tool holder Dissection board LED overhead light fixture w/ ON/OFF switch to illuminate work surface Removable perforated work surface panels Push-button work surface height adjustment with 8 travel range Flexible drain bellow and exhaust bellow for height-adjustment 1HP heavy duty disposer Powered formalin dispensing with foot-pedal control pump and PVC formalin faucet (designed for connection to customer supplied fresh formalin cube) Formalin collection with integral waste formalin cup sink plumbed to 5-gallon collection carboy with quick disconnect and audible/visual level alarm Combination computer monitor and keyboard arm Digital camera mount on sliding track with adjustable arm Overall dimensions: 34 x 60 Unit requires a connection to in-house building exhaust Utility requirements: Connections performed by PVAMC staff. Cold water 1/2 IPS Hot water 1/2 IPS Drain- 1 ½ IPS Electrical -115 V,1PM, 60Hz, 30 AMP Exhaust -4 x48 , 500 CFM @ 0.5 SP The TBJ Model 34-48-S BD GS is a backdraft grossing station Overall dimensions: 34"" deep x 48"" wide x 36"" high work surface 44"" wide x 24"" backdraft ventilated work area 4"" x 24"" duct connection standard Utility requirements: Connections performed by PVAMC staff. Cold water 1/2 IPS Hot water 1/2 IPS Drain- 1 ½ IPS NPT FLOOR DRAIN MIN. Electrical -115 V,1PH, 60Hz, 30 AMP Exhaust -4 X 24 OUTSIDE DIMS. Vented Storage Cabinet Model 24-36 VSC Type 304 stainless steel construction (T316 optional) Overall dimensions: 25"" D x 36"" W x 86"" H Two hinged doors with safety glass Six adjustable perforated shelves Adjustable slide damper 4"" diameter duct connection Utility Requirements Exhaust - 4"" Outside Dia. 60 CFM@ 0.1 S.P. All T304 stainless steel construction Heli arc welded construction All exposed welds ground and polished (2) Bi-parting hinged doors stainless steel framed safety glass (6) Adjustable/removable perforated adjustable shelves 4 O.D. duct connection 36 wide x 25 deep x 86 high 2. AREAS TO BE SERVICED Department of Veterans Affairs Providence VA Medical Center (VAMC) Pathology & Laboratory Medicine Services 830 Chalkstone Ave Providence, RI 02908 3. INSTALLATION The Contractor shall provide all tools and equipment necessary to properly and safely install the Hoods up to the area next to our HVAC exhaust system, and PVAMC technicians will make the final connection to our exhaust. The contractor will place the cabinet in a place determined by the government, next to the exhaust, and PVAMC HVAC technician will make the final connection to the exhaust. The contractor will be responsible for removal and decontaminating the old hood, Shandon / Lipshaw 97008. The Contractor shall provide all labor, materials, tools, equipment etc. to prepare for and complete the installation of the equipment in the space determined by the Government. Project implementation meetings, if necessary, shall be coordinated with the COR. Installation and implementation dates are to be coordinated in advance with the Contractor and the COR. All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review upon request by the Government. All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work. The Contractor shall communicate to the Government the estimated downtime required to complete full installation and testing of the 2 TBJ Models 34-60 and 34-48 -S BD grossing stations. If the Contractor is unable to install the equipment to its normal operational state within 24 hours the Contractor shall compensate the Government for the downtime by extending the warranty service in a period equivalent to the downtime of the equipment. The Contractor shall be responsible for the safe removal and disposal of all old or trade-in equipment as applicable. The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation. 4. TRAINING The Contractor shall review the basic function of the Hoods and Cabinet. Training shall occur onsite during normal business hours, 7:00am-3:30pm, Monday through Friday. Competency assessments shall be provided with the training. Onsite training is to be scheduled in advance with the Providence VA Medical Center through the COR. 5. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 6. WARRANTY The contractor shall provide a one year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. 7. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR. Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support. Implementation and integration with VistA CPRS shall not exceed 90 days from date of award. 8. SPECIAL WORK REQUIREMENTS The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. 9. 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 (e.g. trees, shrubs, lawn/turf, curbs, 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. 10. ATTACHMENTS None. 11. 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. 12. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with blood borne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. 13. INFORMATION SECURITY LANGUAGE N/A 14. Records Management Language: The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 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 by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 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, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/007f41e3c78941928fd3cfe0e40e9d04/view)
- Place of Performance
- Address: 830 Chalkstone Avenue, Providence 02908, USA
- Zip Code: 02908
- Country: USA
- Zip Code: 02908
- Record
- SN06754171-F 20230720/230718230054 (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 |