DOCUMENT
65 -- Equipment Request for Ultrasonic Cleaner, SPS Donnie Robertson VA261-17-AP-10692 - Attachment
- Notice Date
- 8/30/2017
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);San Francisco VA Medical Center;4150 Clement Street;San Francisco CA 94121-1545
- ZIP Code
- 94121-1545
- Solicitation Number
- VA26117Q0999
- Response Due
- 9/7/2017
- Archive Date
- 12/15/2017
- Point of Contact
- Karen Smith
- E-Mail Address
-
0-2163<br
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 2 THIS IS A SOURCE SOUGHT ANNOUNCEMENT ONLY No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing and the small business size standards in number of employees 1,250 Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. This set-aside procurement is based on a tiered or cascading order of precedence for evaluating offers. If a sufficient number of awards cannot be made at the first tier, the contracting officer may evaluate offers at the next lower tier, until a sufficient number of awards can be made. Consideration shall be given to tiers in the following order of priority: (1) service-disabled veteran-owned small business (SDVOSBs); (2) veteran-owned small business; (3) 8(a) and HUBZone small business concerns; (4) all other small business concerns; (5) other than small businesses. Description of Supply Brand Name Item or Equal Item: Ultra Clean Systems, Inc. TRITON 72 TRT Floor Model Cleaning System - Double Basin 1) Essential/significant physical, functional, or performance characteristics. a. Equipment must pass the electrical leakage requirements outlined in NFPA 99, Health Care Facilities b. Must have up to 80 pounds total weight (load) capacity. c. The cleaner must be a double-basin floor model compatible with tap, Reverse Osmosis or Deionized water. d. Must be tap, RO or DI water compatible. e. Must have an automatic Load Tray Elevator for raising and lowering instrument sets. f. Must be high capacity cleaner capable of processing a minimum of 6 instrument sets at a time. g. Must have a manually programmable wash cycle time which allows user to set washer timer. h. Must have a manifold system with attachments for cannulated instruments. i. Must provide both a clean and rinse cycle. j. Must have a cleaning protocol that meets IAHCSMM, AAMI and AORN cleaning recommendations. k. Must have automatic water fill and drain capability. l. Must have verification software that records time of cycle, water temperature, ultrasonics, irrigation, enzymes present and operator identification. m. System must provide the ability to export data to create and maintain detailed and accurate records. 2) Complete generic identification A double-basin floor model ultrasonic cleaner used for cleaning surgical instruments. 3) Applicable model/make/catalog number: Triton 72 TRT 4) Manufacturer name Ultra Clean Systems The Government requests that interested parties provide the following capability information to the Contracting Officer, Karen Smith by e- mail at: Karen.smith3@va.gov by 3:30PM. PST September 7, 2017: (a) Business Socio-Economic Status (SDVOSB) (b) SAM record (c) DUNS number (e) VIP certificate if a SDVOSB or VOSB This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SanFVAMC/VAMCCO80220/VA26117Q0999/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0999 VA261-17-Q-0999_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3766349&FileName=VA261-17-Q-0999-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3766349&FileName=VA261-17-Q-0999-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0999 VA261-17-Q-0999_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3766349&FileName=VA261-17-Q-0999-000.docx)
- Record
- SN04655131-W 20170901/170830233001-abac457f6c247deffd0aa808818ad533 (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 |