Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2015 FBO #4844
DOCUMENT

H -- Dialysis Water Testing - Attachment

Notice Date
2/26/2015
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24715N0368
 
Response Due
3/6/2015
 
Archive Date
4/5/2015
 
Point of Contact
Tanjia Harris
 
E-Mail Address
3-0188
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. VA is seeking capabilities from all categories of Small Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for this requirement. This sources sought notice is being published to identify potential sources capable of providing correction/upgrade to two-way radio communication dead spots at Charlie Norwood VAMC. The North American Industry Classification Systems (NAICS) Codes proposed for the requirements are 541990 - ALL OTHER PROFESSIONAL, SCIENTIFIC AND TECHNICAL SERVICES with a size standard of $15.0M. No set-aside determination has been made. Your response should identify your business size in relation to the NAICS code(s) and also identify which group(s) you are interested and eligible to compete in. The government is interested in small businesses capable of performing work outlined on this sources sought notice under Description of Products to be provided. The government requests interested parties submit a brief statement of capability / description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Business, etc.), for each Category, Group, and NAICS Code to be considered. DESCRIPTION OF PRODUCTS TO BE PROVIDED: Contractor shall provide a technician that will gather sample to test for environmental, bacteriological analysis of water and dialysate at the Charlie Norwood VAMC in accordance with AAMI standards for Dialysis Equipment. The Contractor shall ensure that the technician meets the requirement of the Association of the Advancement of Medical Instrumentation (AAMI), proof of compliance with The Joint Commission for Dialysis treatment, American National Standards Institute Accreditation, provide a 501K FDA certificate for water purification, provide Site license for all Dialysis Standards collection, have full knowledge with documented proof of all Infection Control requirements associated with managing Dialysis water treatment, provide all certification and training of personnel for testing of dialysis machines and 3 years of documented experience in a hospital environment for providing water dialysis service. SERVICES PROVIDED: The vendor shall provide the following: Water samples shall be drawn monthly as recommended by AAMI, for the following: a. minimum of 12 ROs and minimum of 12 Hemodialysis machines b. minimum of 12 supply water samples and minimum of 12 product water tests samples c. minimum of 12 test samples for LAL (endotoxins) on RO product water d. minimum of 12 water samples for colony count on RO product water e. check bicarbonate level (pH) of dialysate f. check dialysate for (LAL) endotoxins, colony count from 12 HD machines TESTS: 1.ENDOTOXIN TEST ON FOUR DIALYSIS MACHINE PER MONTH PER YEAR FOR UPTOWN. 2.DIALYSATE, ENDOTOXIN TEST ON FOUR DIALYSIS MACHINE PER MONTH PER YEAR FOR UPTOWN 3.COLONY COUNT TEST ON FOUR DIALYSIS MACHINE PER MONTH PER YEAR FOR UPTOWN 4.DIALYSATE, COLONY COUNT TEST ON FOUR DIALYSIS MACHINE PER MONTH PER YEAR FOR UPTOWN 5.LABOR FOR THE UPTOWN ENDOTOXIN TESTS, DIALYSATE, ENDOTOXIN TEST, THE COLONY COUNT TESTS AND THE DIALYSATE, COLONY COUNT TEST EACH MONTH 6.ENDOTOXIN TEST ON EIGHT (8) DIALYSIS MACHINE PER MONTH PER YEAR FOR DOWNTOWN 7.DIALYSATE, ENDOTOXIN TEST ON EIGHT (8) DIALYSIS MACHINE PER MONTH PER YEAR FOR DOWNTOWN 8.COLONY COUNT TEST ON EIGHT (8) DIALYSIS MACHINE PER MONTH PER YEAR FOR DOWNTOWN 9.DIALYSATE, COLONY COUNT TEST ON EIGHT (8) DIALYSIS MACHINE PER MONTH PER YEAR FOR DOWNTOWN 10.LABOR FOR THE DOWNTOWN ENDOTOXIN TESTS, DIALYSATE, ENDOTOXIN TEST, THE COLONY COUNT TESTS AND THE DIALYSATE, COLONY COUNT TEST EACH MONTH Samples will be sent to testing laboratory for analysis. The following shall be tested for the results indicated on the test report: MAXIMUM LEVELS Table 1 (Reproduced from ANSI/AAMI RD62:2001) ContaminantMaximum concentration (mg/L Calicium2 (0.1 mEq/L) Magnesium4 (0.3 mEq/L) Potassium8 (0.2 mEq/L) Sodium70 (3.0 mEq/L) Antimony0.006 Arsenic0.005 Barium0.10 Berylium0.0004 Cadmium0.001 Chromium0.014 Lead0.005 Mercury0.0002` Selenium0.09 Silver0.005 Aluminum0.01 Chloramines0.10 Free Chlorine0.50 Copper0.10 Fluoride0.20 Nitrate (as N)2.0 Sulfate100 Thallium0.002 Zinc0.10 LAL50CFU/ml Endotoxins concentration1 EU/ml The contractor shall agree to provide sample test kits, and all required equipment and supplies for the above mentioned services. The contractor shall agree to pick-up samples from the designated located at the Charlie Norwood VAMC. The contractor shall provide a technician to draw all test specimens required for monthly environmental, bacteriological analysis of water and dialysate at the Charlie Norwood VAMC in accordance with AAMI standards In the event that any sample/samples submitted for testing of LAL and endotoxins results are greater than or equal to the set parameters, the contractor will notify the Norwood VA hemodialysis unit of said results. Notification will be done by e-mail to hospital infection control department, hemodialysis medical director and nurse manager. In addition, a follow up verification telephone call will occur to the medical director and nurse manager. Robin.Clark5@va.gov Janet. McCarty@va.gov Stan Nahman nnhman@mail.mcg.edu Testing should be performed monthly. If standards are exceeded, testing should be performed weekly until the problem is resolved. Corrective action necessary to bring the water quality within the above maximum allowable levels shall be taken immediately. Verification samples will be drawn and processed with in a 24hr time frame or the minimal time frame to secure results. The repeat samples will be billed at rate less than the original samples. The Contractor agrees to replace any defective test kits and sampling materials from the date of contract implementation until termination of contract and warrant that it will provide the service herein specified. All questions about the dialysis equipment shall be coordinated through Robin Clark (706) 733-0188 x2580. DOCUMENTATION: The results for the samples shall be distributed to infection control the dialysis unit director, and the nurse manger. Certification for payment of invoices will not be made without the specified documentation. Each visit to the facility under this contract shall be documented with a service report that is legible, understandable, and contains all pertinent identifying data, i.e. water sample numbers. Corrective actions shall be documented to clearly indicate those items replaced/repaired and all other significant actions taken. REPORTING: Prior to coming to CNVAMC, contractor shall inform the Nurse Manager or Hemodialysis Medical Director the dates they plan to be here to take samples of water. The Nurse Manager or Hemodialysis Medical Director shall ensure all technicians are on duty at that time. All services will be performed during normal working hours, the Contractor must report to the Nurse Manager or Hemodialysis Medical Director (telephone ext. 2580). PAYMENT: Invoices should be submitted at the end of every month and in arrear of service provided, failure to abide by this may cause delayed in payment. HOURS OF WORK: This contractor is to report monthly to the Charlie Norwood VAMC Hemodialysis Unit to the Nurse Manager or Hemodialysis Medical Director prior to start of work, one day per month, between the hours of 8:00 AM and 4:00 PM, Monday through Friday. FAILING TO RESPOND: If the Contractor fails to schedule the require monthly testing after notification by the Contracting Officer's Technical Representative (COTR) could delay service render to patients for dialysis treatment which will result in poor health to the patient. Furthermore, failure to abide by the guidelines of the AAMI standards for dialysis equipment, JACHO and the outline set forth in this contract will be grounds for invoking provisions of Default. ------------------------------------------------------------------------------------------------------------------------------ Interested parties are requested to submit a statement of capability outlining the capabilities related to this requirement as stated above. The statement of capability shall include: a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. c) Business size for NAICS 541990 and socio-economic category status, if any. d) DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM www.sam.gov) to be considered as potential sources. e) The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed six (6) single-sided pages. Contractors capable of providing these products should submit a Statement of Capability containing the above reference information via e-mail to Contract Specialist, Ms. Tanjia Harris at Tanjia.Harris3@va.gov. Each submission shall be virus scanned prior to being sent. Electronic submission (email) is required. Responses shall be received no later than MARCH 6, 2015, 4:30 pm Eastern Time Zone. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements. Contracting Office Address: VA / NCO 7, 501 Greene Street, Suite 2, Augusta GA 30901 Point of Contact(s): TANJIA HARRIS, CONTRACT SPECIALIST, Phone 706-733-0188 X1122, Email Tanjia.Harris3@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24715N0368/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-N-0368 VA247-15-N-0368_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1887712&FileName=VA247-15-N-0368-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1887712&FileName=VA247-15-N-0368-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03652972-W 20150228/150226234820-ceb33c7920fa9fcb71a82919b919a732 (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.