Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

65 -- RO Hemodialysis Water System

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-10-T-0142
 
Response Due
7/6/2010
 
Archive Date
9/4/2010
 
Point of Contact
DeMetra Bell, 915 569-1937
 
E-Mail Address
Western Regional Contracting Office
(demetra.bell@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items 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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for an RO Hemodialysis water system. LINE ITEM 0001 To include 1. City Water Cartridge, Part number D1000244, Big blue filter housing, Part number D10004512, Filter Cartridge, Part number FC150061, Big blue mounting bracket 2) Water Softner, Part number: KFZSS012FXZFBX SOFTER. 3) Carbon filters Part number: KFZCS016FXZFBX CARBON FILTER. 4) Med RO Reverse Osmosis skid, Part number: MRORX05CX. 5) SDI Divert Valve and Controls Assembly installed 6) 0.05 Micron Hollow fiber filter housing, Part number: ZHW0D2001, White PP housing, Part number FCUF020S05, Micron element, 7) Symmons blends valve, Part number: ZR2523002/5-400-1-RO blend valve,. 8) Rotameters, blue-white, Part number F-40750LN-12 1.0-10, GPM Rotameter long, Part number 72050161 1.0-10, GPM Rotamer. 9)Hemodialysis Water System Alarm Panel. LINE ITEM 0002 Installation, Labor and Materials. Engineering, Documentation, De-install Labor, Start up, Commissioning and Training. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112. Standard Industrial Classification (SIC) 500, Federal Supply Class/Service (FSC/SVC) 6515. This acquisition is Unrestricted. These Services are for William Beaumont Army Medical Center, Medical Maintenance Branch, 5005 N. Piedras, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.212-1 Instruction to Offerers-Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items. 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.242-13 Bankruptcy; 52.252-1 Solicitation Provisions Incorporated by Reference, The following DFARS clauses apply; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003; Control Of Government Personnel Work Product; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7013 Duty-Free Entry; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments The offeror shall submit 1 copy of its entire quote. The submittal of an incomplete quote may render the quote unacceptable and will not be considered. 252.212-7000 Offeror Representations and CertificationsCommercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items; 52.252-6 Authorized Deviations in Clauses; 252.212-7000 Offeror Representation and CertificationsCommercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. ADDENDUM TO 52.212-4 Addition to paragraph 52.212-4(c), Changes. The following is added: (v) UNILATERAL MODIFICATIONS 1. The Contracting Officer may unilaterally reduce and de-obligate any quantities not supplied/performed at the end of the base contract period, and at the end of each option period if applicable. 2. The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses, and other corrections that have no effect on the terms and conditions of the contract. (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum 52.212-4) WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 6 July 2010, 4:30 The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum, the following changes are made to paragraph (b): INSTRUCTIONS FOR PREPARATION OF QUOTES: 1. FAR 52.212-3 Complete and submit offeror Representations and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov/ 2. Return completed DD 1449 to include all pricing on all line items. Solicitation can be in PDF or Word format. The proposal can be emailed (preferred) to demetra.bell@us.army.mil or Faxed to 915-569-4736. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of provision) 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The award will be made at the lowest priced technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the services requested. Award will be on an all or none basis; the offeror shall submit prices on all CLINS. SALIENT CHARACTERISTICS Equipment must conform to exisitng hospital space allocation and existing hospital utility infrastructure. The space measurements must be no more than 7 ft by 9 ft. The RO Hemodialysis water system must have the following salient characteristics: Must be: *Thornton Conductivity meter with audible alarm *a blend valve to blend incoming water to no less than 77degrees *cartridge filtration components to reduce particulates *water softener *two Activated Carbon Filters *a Reverse Osmosis System *Permeate water storage tank *permeate water transfer pump *ultraviolet 254nm lights *Service rental mixed bed deionization tanks x10 *control components for mixed bed SDI tanks *Final filter components *Main control panel The system must be able to *produce at least 1,224 gallons of water per day on a 12hr per day average run time. *2.1 GPM make-up design flow rate *at 45+/-2 PSIG make up pressure (at outlet of USF's last MU unit Process) *at least 8 GPM design distribution loop supply flow rate *at least 1.7 GPM maximum distribution loop usage flow rate *at least 4.1 GPM minimum distribution loop return flow rate *at least 74.3 +/-2 PSIG Distribution loop supply pressure (at the outlet of USF's lat loop unit process) *at least 40 +/-2 PSIG Distribution loop return pressure (at the inlet to the pure water storage tank) *at least 34.3 PSIG maximum distribution loop pressure drop (supply pressure - return pressure) System must have KF Series Simplex Softeners Model KFZSS with... *A flow rate of at least 22GPM *feed temps maximum of 100 degrees F. *Feed pressure maximum of 100 PSIG Med-Ro Series Reverse Osmosis Units Model number RX with... *product flow rate 2.8GPM *minimum inlet pressure of 35PSIG *minimum feed water temperature of no less than 77 degrees F *TEFC pump motor with 3500 RPM at 60Hz *Filmtec membranes, model RO-4040-FF *Osmotic pressure vessels with 300PSIG rating *NEMA 4X motor starter with low product quality, high pressure pump discharge, low feed pressure and high feed product water temperature alarms. Low product quality, high pressure pump discharge, low feed pressure, high feed/product water temperature, pretreatment out of service, output overload and storage tank full shutdown alarms. Low product quality, high feed/product water temperature, storage tank full, chemical feed out, height pressure pump discharge, low feed pressure, pretreatment out of service and output overload status indicator lights System must operate with following parameters *maximum feed temperature of 113 degrees *minimum feed temperature of 77 degrees *maximum system inlet pressure 80PSIG *minimum system inlet pressure 35PSIG *design membrane feed pressure at 77 degrees at 200PSIG (End of Addendum 52.212-2)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-10-T-0142/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office Willam Beaumont Army Medical Center, 5005 N. Piedras St. El Paso Tx
Zip Code: 79920
 
Record
SN02191228-W 20100701/100629234818-115f4bd1fe39051b60b9925683c8e479 (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.