DOCUMENT
36 -- Ultra Violet (UV-C) Disinfection System - Attachment
- Notice Date
- 8/31/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- VA25017N1089
- Response Due
- 9/6/2017
- Archive Date
- 10/6/2017
- Point of Contact
- Michael Iffland
- E-Mail Address
-
l.iffland@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a REQUEST FOR INFORMATION (RFI) pertaining to commercial items for the Detroit VA Healthcare Facility. Information collected during this RFI may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) number is 339113. The NAICS size is 750 employees. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. A Contractor that proposes to provide a supply that is not manufactured by their organization (nonmanufacturer) shall meet the requirements of FAR 19.102(f). Contractors that deem themselves capable of meeting the requirement shall provide the below information to Michael Iffland, Contract Specialist, at michael.iffland@va.gov no-later-than Wednesday, September 06, 2017 at 5:00 PM, EDT. Responses shall include: (1) Business Name and Address, (2) GSA Contract Number, if applicable (3) Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size SMALL or LARGE (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) A concern that is not a manufacturer of the supply shall provide the manufacturers name and size standard. Contractor must be registered with https://www.sam.gov Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the Contractor should the contractor choose to offer a quote if a RFQ is published. FOB is Destination. Delivery is needed 30 days ARO. Delivery is to: John D. Dingell VA Medical Center 4646 John R Detroit, MI 48201 Description of Requirement: ITEM NUMBER DESCRIPTION OF SUPPLIES QUANTITY UNIT 0001 Ultra Violet (UV-C) Disinfection System 3 EA The UV Disinfection System shall have at a minimum the salient features and characteristics listed below: A continuous 254nm wavelength UV-C Disinfection system. The disinfection system shall be able to combine multiple emitters into one single system, operating together or as single emitters operating independently. This is beyond just having multiple emitters in one room. The disinfection system shall be able to maximize the effectiveness of each emitter to significantly reduce shadows in a single operation. The system shall deliver at least 1500mj for total delivered energy during a single cycle without the need for repositioning. No staff interaction shall be required to move or adjust emitters designed for use with the multiple UV-C emitters for total room coverage in a single operation. The system shall be capable of eliminating shadows and maximizing proximity to all surfaces. The system shall allow for simultaneous use and controlled remotely. The system of multiple UV-C emitters shall incorporate a UV-C concentrator for increased energy dosage and intensity. This process shall be controlled by the system and not have any staff interaction. The system shall be able to pause a cycle during normal operation and continue the cycle without having to start over from the beginning. The system shall utilize automated laser measurement and validation of room size to determine and ensure an effective dose of energy has been delivered to all surfaces in the least amount of time. The system shall have the ability to validate energy output to ensure proper UV-C intensity during each disinfection cycle through reports in the disinfection system and be able to save those files in the cloud or in the control unit. The UV-C system shall have a feature to apply "targeted and limited" range disinfection with safe continuous disinfection delivered unilaterally in a single direction from multiple emitters while safely ensuring that NO UV-C radiation is delivered outside of the chosen disinfection area. The system shall incorporate a process for control of emitter s from outside the room when starting the system for employee safety. This control shall include starting and stopping the system and reporting the status and operations information. The operator shall not have to enter the room for any reason while the system is operating. All functions shall be controllable from the control device. The system shall accommodate unattended total room disinfection in a single, uninterrupted cycle without a need for repositioning or movement of the emitters. The system shall incorporate multiple motion sensors within a single room with multiple entry/exit points for added safety. The system shall incorporate dual motion sensors with Passive Infrared motion detection and movement detection by an accelerometer/gravimeter in order to ensure staff safety and avoiding false starts or stops. The system shall use Bluetooth technology to connect to the tablet to operate the emitters wirelessly. The system Wi-Fi connectivity allowing "Cloud" connectivity for maintaining and monitoring performance, archive capability and remote accessibility. Shall include all applicable technical specifications, studies and white papers as evidence of meeting these requirements. The Contractor shall offer the MINIMUM operational and safety training: A training schedule approved by the VA prior to start of implementation. An onsite and qualified training instructor for a minimum of 16 hours (2, eight hour days) for each purchased. Training schedule shall be flexible to accommodate the operational needs of the intended VA operators/users. Training sessions for operators/users of the System shall be a minimum of 2 hours. Larger informational sessions may be required. Specific training shall be provided for the System reporting functions using desk top computer. The System shall be operationalized into the daily routine of the VA users/operators while the training instructor is on site. All trained VA users/operators shall complete a competency test as part of the educational process. Certificates shall be provided for all operators.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/VA25017N1089/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-N-1089 VA250-17-N-1089_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771653&FileName=VA250-17-N-1089-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771653&FileName=VA250-17-N-1089-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-N-1089 VA250-17-N-1089_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3771653&FileName=VA250-17-N-1089-001.docx)
- Place of Performance
- Address: Department of Veterans Affairs;John D. Dingell VA Medical Center;4646 John R.;Detroit, MI
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN04656127-W 20170902/170831232919-f221072b7038d3c4c3ddc758ec1b1d5c (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 |