DOCUMENT
65 -- Steam sterilizer/Washer Dis-infector qty-4 each - Attachment
- Notice Date
- 9/5/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25817Q0739
- Response Due
- 9/15/2017
- Archive Date
- 9/30/2017
- Point of Contact
- Shawnta Butler Ignacio
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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; quotes are being requested and a written solicitation will not be issued. The Solicitation is issued as a Request for Quotes (RFQ). This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective Jan 20, 2017. This requirement is a Firm Fixed Price and only qualified respondents may submit quotes. Questions Due Date: 9/11/2017 12:00 PM EST Quote Due Date: 9/15/2017 12:00 PM EST This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective Jan 20, 2017. This solicitation VA258-17-Q-0739 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 339112 Surgical and Medical Instrument Manufacturing. This RFQ is being issued as a Small business set a-side under NAICS Code 339112 Surgical and Medical Instrument Manufacturing., with a small business standard of 1,000 employees. Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis based on best value Vendors must submit quotes in accordance with the solicitation shown here as an attachment and all associated documents. FOB Destination is in accordance with FAR 52.247-49 And VAAR SAM Requirement: This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. In addition, the following information is required for your quote to be considered: Estimated delivery time (ARO): Complete company name and address: Company Point of Contact: Email -Phone Number: DUNS Number: Please Add your name/company to interested vendors for this solicitation Submission of Quotes: Submit quotation and all supporting documentation to Shawnta Butler Ignacio by email shawnta.butlerignacio@va.gov no later than 12:00pm Eastern Standard Time September 15, 2017. Only requests submitted electronically to the above address will be considered. Mailed in or physically submitted documents will not be accepted for this solicitation. Please feel free to contact by email if you have any questions RAYMOND G. MURPHY VA MEDICAL CENTER SPS Equipment Replacement Project STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR). Name: Joseph Mendoza Section: SPS/Logistics Address: 1501 San Pedro SE Albuquerque, NM 87108 Phone Number: 505-256-5414 Fax Number: 505-256-6420 E-Mail Address: Joseph.mendoza@va.gov 2. Contract Title. Raymond G. Murphy VA Medical Center (Albuquerque, NM) Request four Instrument Washer/Disinfectors units for the Sterile Processing Service. 3. Background. The procurement of four Instrument Washer/Disinfectors units for the Sterile Processing Service.is necessary as the existing equipment 1) has reached end of life and 2) additional processing capacity is required to meet the current and future demand of the Surgery Department. 4. Scope. The overall scope of work is the procurement of four Instrument Washer/Disinfectors units for the SPS Department. The selected equipment manufacturer will furnish all necessary equipment as specified in the Project Construction Documents. This will also include installation of four Instrument Washer/Disinfectors units. These units and services will be provided for the Raymond G. Murphy VA Medical Center. 5. Specific Tasks. Tasks to be completed by the equipment supplier include: Provide Project Management Services responsible for planning and project coordination with the facility and/or general contractor. Coordinate equipment manufacturing and delivery according to the construction schedule and project timelines. Inspect all site preparation work to assure all utility connections and wall opening are the correct size and according the installation drawings. Schedule installation engineers to be onsite and inspect equipment for damage while still on the truck. Transport equipment from loading dock to established staging and assembly area. This area can be determined by the GC and/or facility. Assembly and set-up of all equipment. Place all units in final location and install seismic anchors. Install stainless steel trim kits and upper enclosures above equipment. With the GC and corresponding sub-contractors present, make final utility connections. Equipment start-up and programming according to SPS Department s specific processing needs. Perform cycle testing on equipment. Provide cycle verification. Conduct all necessary in-service and training as requested by the clinical users. Warranty will commence with the first clinical use of the equipment and upon user s permission. Instrument Washer/Disinfectors must have: Water usage, per load, is automatically varied by the washer in response to the size of the load. External unit dimensions (cannot exceed) of 36 in width. This is required to fit the new washer solution, including the washer rack return, in the existing space without architectural layout modifications or requiring a new pass through window. A thermal disinfection A0 level of at least 3000 and shown on the user interface display at the end of the disinfection rinse cycle; in order to maximize safe instrument handling by the SPS staff. Washer control system which actively monitor and record each wash step to assure every parameter is met on every cycle. Utilize a direct exhaust connection with a pressure not to exceed 250 CFM. Dry temperature must achieve a minimum of 130C. Steam Sterilizers must have: Sterilizer chamber shall be rectangular in shape and be encapsulated in sheet metal. This is to minimize the BTU load on the existing department air handlers. Heat rejection per sterilizer shall not exceed 1.8kW. All required service access for the sterilizer shall be accessible through the front of the units only (no side or rear service access requirements). This is to allow for the sterilizers to be placed side by side in the existing space without architectural layout modifications. Sterilizer chamber doors cannot be hinged and shall be a one piece, powered, vertical slide type. Sterilizer external dimensions cannot exceed 39 in width and have a (12) container capacity. This is dimension is required to fit (4) in the existing space. All wetted surfaces (plumbing and valving included) shall be constructed of high-grade stainless steel and have the ability to support steam created from purified (RO or DI) water. Total dry time shall be automatically varied and adjusted on each cycle by the sterilizer based on load size. Door seal gasket shall be actuated using pressurized air (pneumatic). This allows for the door gaskets to be replaced by SPS staff in less than 10 minutes, minimizing equipment downtime. 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 - Integration Management Control Planning. The Selected Manufacturer will conduct an audit and deliver a field report on the site preparation requirements establish in the installation drawings. This will be performed at the completion of rough MEPs and before final delivery is scheduled. This report is to be completed by equipment manufacturer s Project Management team. Deliverables: Field Site Preparation Audit and Report 6. Performance Monitoring 7. Security Requirements The C&A requirements do not apply, and that a Security Accreditation Package is not required: 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). This will be a GFE contract. Serial numbers will be provided at contract award. 9. Other Pertinent Information or Special Considerations. The equipment specified for the SPS Relocation project is highly specialized. Only manufacturer s authorized installation technicians shall perform installation duties. a. Identification of Possible Follow-on Work. The new equipment shall carry a (1) year parts and labor warranty. Continued training and in-servicing will be available at no cost for the life of the equipment if deemed necessary by SPS Department heads. b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. A demo period or trial is not inspection of a product. 10. Risk Control All infection control and dust containment barriers will be provided by the GC. The equipment manufacturer will comply with all facility infection control policies and protocols. 11. Place of Performance. All work will be performed within the relocated SPS Department located on the basement level of the Raymond G. Murphy VA Medical Center. 12. Period of Performance. Start date and completion have yet to be determined by the GC. Equipment need by date is approximately Q4 2017. 13. Delivery Schedule. Too be determined
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0739/listing.html)
- Document(s)
- Attachment
- File Name: VA258-17-Q-0739 VA258-17-Q-0739_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3777071&FileName=VA258-17-Q-0739-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3777071&FileName=VA258-17-Q-0739-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-17-Q-0739 VA258-17-Q-0739_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3777071&FileName=VA258-17-Q-0739-000.docx)
- Record
- SN04661200-W 20170907/170905231604-d69d2b63f838fcfb4d4e6c8868395346 (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 |