Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2017 FBO #5824
DOCUMENT

54 -- 580-18-1-314-0001 SPS Mobile Unit (VA-17-913481) VA256-17-AP-13391 Mobile Unit for SPS on VA grounds - Attachment

Notice Date
11/1/2017
 
Notice Type
Attachment
 
NAICS
#321992 — Prefabricated Wood Building Manufacturing
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
9048
 
Response Due
10/13/2017
 
Archive Date
10/23/2017
 
Point of Contact
KEVER L SWAFFORD
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: Mobile Reprocessing Unit Rental DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to kever.swafford@va.gov Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS Code 321992, Prefabricated Wood Building to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The MEDVAMC is seeking information about the capabilities of potential third party companies to furnish the following Brand Name or Equal products: Mobile Reprocessing Unit Rental: To establish a contract for the rental of four (4) Mobile Sterile Processing Service (SPS) Reprocessing Units at the Michael E. DeBakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd, Houston, TX 77030 Scope of Work: Provide four (4) mobile SPS reprocessing units with complete set-up as described in the statement of work (SOW) to serve as temporary SPS reprocessing areas during the construction phases of implementing the Heating, ventilation, and Air Conditioning System (HVAC) in the SPS department. The work covered under this contract consists of furnishing all labor, materials, tools, equipment, supervision and necessary transportation to provide fully functional mobile SPS reprocessing units, with all required reprocessing equipment and utilities at MEDVAMC The SPS mobile reprocessing units shall provide all necessary environments and equipment which include, but not limited to the following: decontamination area, sterile processing area, HVAC, DI Water, Wipeable Interior Walls, Wipeable Interior Ceiling, Wipeable Non-Slip Interior Floor, adequate lighting, pass through window, work stations, three-bay sinks, ultrasonic, washer/disinfector, steam sterilizer, and plasma sterilizer. Decontamination Area: (for each unit) All surfaces must be wipeable for terminal cleaning procedures as defined in VHA Directive 1116 and ANSI-AAMI St-79:2010. A minimum of one (1) ultrasonic cleaner A minimum of two (2) washer/disinfectors that have the capability of twenty-four (24) trays per hour A minimum of two (2) transfer carts with level manifold racks A minimum of one (1) three-bay sink that has deionized water and medical air capabilities. A Deionized (DI) water filtration system Hand wash station Eye wash station A minimum of one (1) computer workstation equipment with power& data for instrument tracking software to be utilized. Storage for a minimum of one (1) day supply of reprocessing supplies and chemicals. Two (2) medical air connections to run KAVO machines for dental hand-pieces. Preparation/Sterilization Area: (for each unit) All surfaces must be wipeable for terminal cleaning procedures as defined in VHA Directive 1116 and ANSI-AAMI St-79:2010. Pass through window with set down counter and modular wall. A minimum of two (2) transfer carts with level manifold racks A minimum of four (4) work stations with adequate lighting for inspection and assembly of instrumentation. Work stations shall have power and data for instrument tracking software. A minimum of two (2) medium steam sterilizers with the capability of reprocessing eighteen (18) trays per hour A minimum of one (1) low temperature sterilizer A minimum of four (4) loading carts and transfer carriages Hand-washing station Eye wash station Storage for a minimum of one (1) day supply of reprocessing supplies. Performance Period: To be Determined with an option to renew for an additional 3 months. Type of Contract: A firm fixed-price. GENERAL REQUIREMENTS This project will provide four SPS mobile reprocessing units at MEDVAMC. The project consists of: Provide four (4) SPS mobile reprocessing units Provide commissioning (set-up) of all required utilities and equipment Provide service, preventative maintenance and require maintenance of all equipment during the rental period Provide decommissioning (deactivation) of all required utilities and equipment The contractor shall be required to provide roundtrip delivery, commissioning, and decommissioning of the mobile units. Set-up shall include, but not limited to, connecting the electrical, water, sewage, and telecommunications. The contractor shall be responsible for all permits, inspections, and modifications to meet code and VA regulations. VA engineering will provide necessary assistance with electrical and plumbing connections. MEDVAMC will direct where the SPS mobile units will be placed in accordance with specifications required by the vendor s units. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: Special Requirements: The contractor shall ensure the SPS mobile units as well as primary engineering controls have been factory certified prior to arrival. A site visit shall be completed to ensure that the SPS mobile units will connect to existing utilities with minimal to no modifications. The contractor shall provide all training to VA staff regarding layout, workflow, and equipment. The contractor shall be available upon request within twenty-four (24) hours during the rental to trouble shoot equipment and/or modify workflow processes. Decontamination area reprocessing capabilities shall provide a minimum of 24 trays per hour Preparation/Sterilization area reprocessing capabilities shall provide a minimum of 18 trays per hour The Preparation Area shall be physically separated from the Decontamination Area. This area is a designated place for the inspection, assembling, packaging, and sterilization of instrument sets prior to sterilization. Work flow shall originate from outside the Decontamination Area and travel inside through a dedicated entry way or dumbwaiter or lift system. Work flow patterns need to be designed to ensure that contaminants are contained and employee exposure to bloodborne and other disease producing (pathogenic) microorganisms is minimized. The contractor shall ensure compliance with all relevant laws and regulations as provided by the medical center. Such regulations include but are not limited to the following; VHA Directive 1116, AAMI ST.79, AORN, and IAHCSMM. Engineering Requirements Power Requirements: Electrical Service: 480VAC, 3-phase, (2) 250 AMP Configuration: 4 wire (L1, L2, L3, G) Frequency: 60hz Shoreline Cable: (2) cables will be provided; facility end hard wired o disconnects must be within 50 of the front/nose of the unit Earth ground provided; installation per NEC Article 250 (1) single point female bayonet type located directly under the roadside power connection (1) 20 ground cable with (2) clamps provided Cold Water Supply Requirements: 1 ¼ inch connection (#5 Roadside Belly Box) Cold Weather Protection: Internal lines are weather protected. External lines must be facility protected 1,000 GPH minimum at 40-60 psi 120 PPM (parts per million) of water hardness maximum Hot Water Supply Requirements: 1 ¼ inch connection (#5 Roadside Belly Box) 300 GPH minimum at 40-60 psi Temperature: 140 °F nominal. External lines must be facility protected 120 PPM (parts per million) water hardness maximum Waste Water: 4-inch waste water connection External lines must be facility protected Fire Sprinkler: Sprinkler supply: 2 inch Victaulic coupling (rear of unit) External lines must be facility protected Supply required: Static 44.8 psi minimum Residual Pressure 49 psi Flow 219 Fire Alarm Connection: Conventional analog fire alarm system with local audible-visual, horn-strobe alarm devices for occupant warning. Unit alarm system configured with: 2 zones with detection and pull stations 1 zone with supervisory tamper switch on sprinkler water control valve 1 zone for water flow switch on sprinkler system System exports trouble, supervisory and alarm conditions to three dry contacts available at the rear of the unit. Telephone and Data connections: Contractor will provide two unmanaged IT switches: 1 switch dedicated to Contractor equipment 1 switch dedicated to Customer equipment Contractor will generate a wireless internet connection for equipment; Customer must extend their IT network to the Mobile CSSD for their equipment. Unit Anchoring/Tie Downs: (8) at 5,000 lb. tensile capacity (2 each per corner) Locations are field specific Anchor points to be located on the ground at 30-45 degrees from the unit tiedown points Heat, Ventilation and Air Conditioning (HVAC): Preparation/Sterilization Area: Positive pressure environment that provides a minimum of 10 air exchanges per hour, maintains a temperature of 66 °F to 75 °F degrees, and provides a consistent humidity of 30%-55% RH Decontamination Area: Negative pressure environment that provides a minimum of 10 air exchanges per hour, maintains a temperature of 66 °F to 72 °F degrees, and provides a consistent humidity of 30% to 55% RH GOVERNMENT RESPONSIBILITIES: The government will be responsible for providing power, plumbing, concrete pad, communications path and wiring to the mobile units as described. CONTRACTOR EXPERIENCE REQUIREMENTS: Qualification/Certifications: The contractor shall be qualified and have required levels of professional and technical experience to perform the work required by this statement of work. The contractor shall be an approved entity that is recognized by National Program Office The contractor shall have performed this service recently to four (4) or more Veterans Affairs Medical Centers and provide references of those Veterans Affairs Medical Centers where service was provided. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide Mobile Reprocessing Unit Rental as described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted by email to kever.swafford@va.gov, no later than 11:30am CST, November 13, 2017. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Mobile Reprocessing Unit Rental in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/9048/listing.html)
 
Document(s)
Attachment
 
File Name: 9048 9048.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3884440&FileName=9048-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3884440&FileName=9048-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04728881-W 20171103/171101231114-933f914192681676a2512edc3b15d69d (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.