Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2017 FBO #5861
DOCUMENT

65 -- Lab 18 Laminar Flow Hoods Research Lab Lab 18 Laminar Flow Hoods Research Lab - Attachment

Notice Date
12/8/2017
 
Notice Type
Attachment
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q0169
 
Response Due
12/13/2017
 
Archive Date
3/13/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
N/A
 
Description
Laminar Flow Bench, Console or Equivalent Southeast Louisiana Veterans Health Care System New Orleans, LA 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System is seeking a Service Disabled Veteran Owned Small Business to provide and configure equipment for the Veterinary Medical Unit at Southeast Louisiana Veterans Health Care System (SLVHCS) Research Building, P, 2400 Canal St, New Orleans, LA 70119.This equipment is requested to fulfill the Research mission. This acquisition is Set Aside 100% Service Disable Veteran Owned Small Business. The NAICS is 334510. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at his time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this Sources Sought Notice is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email debra.james3@va.gov. Responses are due no later than 12/13/2017 12:00pm Central Standard Time. Within your email please indicate if you can provide all items listed and instructions within this document along with delivery, installation, training, manufacturer s warranty, and deliverables. Statement of Work Research Lab 18 Laminar Flow Hoods Southeast Louisiana Veterans Health Care System Research Service 11F New Orleans, LA 07/20/17 1. PURPOSE 1.1 The overall purpose is to provide and configure equipment for the Veterinary Medical Unit at Southeast Louisiana Veterans Health Care System (SLVHCS) Research Building, P, 2400 Canal St, New Orleans, LA 70119.This equipment is requested to fulfill the Research mission. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and configure all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Hood, Laminar Flow Bench, Console or Equivalent, 6 Ft, ID# HDS1244, 12 each, configured in Research building rooms: LAB 01 Hoods, LAB 02 Hoods, LAB 03 HOODS, LAB 04 & 05, HOODS, LAB 06 HOODS, LAB 07 & 08 HOODS, LAB 09 HOODS, LAB 10 HOODS, LAB 11 HOODS, LAB 12 & 13 HOODS, LAB 14 HOODS, LAB 15 HOODS Suggested Manufacturer Brand Name/ Model: Baker Co Inc, Edgeguard EG6320, or equivalent Specifications/Salient Characteristics: Electrical AC 115V, Amps (with/without outlet) 24/16 Required Breaker 24A Exterior Width 74" Interior Width 70.5" Interior Height 34.125" Interior Depth 22" Exterior Height 70" Include up to 5"H x 1.5 W (minimum with) Casters or equivalent, wide tread preferred, two locking brakes and minimum two wheels with swivel. Equipment must meet the standard to ISO Class 4 (Class 10) air cleanliness requirements High-performance airflow system provides uniform airflow to the work surface, extends filter life and minimizes maintenance costs HEPA supply filter with 99.99% minimum efficiency in capturing 0.3 micrometer particulates Spacious, easily accessible work areas accommodate multiple users and a variety of applications and instrumentation Ergonomic design increases user comfort and productivity Industry s most reliable clean bench means lower life-cycle costs and years of trouble-free operation The 22" work area depth provides ample space for safe, efficient operation; heights vary from 281 8" to 341 8",depending on model. Each EdgeGARD HF clean bench or equivalent should include fluorescent lamps which provide balanced lighting at the work surface. The cool white illumination exhibits better color fidelity. (SAFETY FEATURE) Optional adjustable leg risers permit work surface heights of 35 11 16" to 377 16". Satin finish work surface diminishes harsh light reflection. (SAFETY FEATURE) Optional isolated/micro-balanced blower/motor provides lowest vibration** High-velocity return air slots maximize cleanliness and product protection by precisely controlling airflow volumes and velocities. Protective HEPA filter screen is easily removed for cleaning or service, and concealed HEPA filter frame eliminates turbulence at the rear wall. Washable, reusable Scott Foam ® pre-filter extends HEPA filter life. Blower/motor system provides a steady volume of air even as filter loads, ensuring consistent performance and further reducing HEPA filter changes. The motor speed controller automatically compensates for routine voltage fluctuations, maintaining the steady airflow required for cleanliness and product protection. Performance-enhancing design features corrosion-resistant stainless steel interior, powder-coat protected cold-rolled steel exterior, and a 1/2" lip at the rear of the work surface to protect the HEPA filter from spills. Easy-to-access front hinged panel simplifies cleaning and service. UV light equipped Horizontal Laminar-Flow Clean Bench 6' Models or equivalent: 1.The EdgeGARD ® HF horizontal laminar-flow clean bench or equivalent ensures product protection for a variety of life science laboratory and process applications where product protection is essential. 2. With a brightly illuminated, spacious work area and unique high-velocity air return slots, the EdgeGARD HF or equivalent offers superior user comfort, product protection and productivity. 3. Equipped with a HEPA supply air filter, airflow across the work area provides a particulate-free work surface. 4. The patented cabinet design of the EdgeGARD HF or equivalent provides precise control of airflow volumes and velocities, thereby maximizing product protection and ensuring ISO Class 5 (Class 100)* cleanliness in the work area. 2.7 DELIVERY AND INSTALLATION 2.7.1 DELIVERY 2.7.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), Research Building, P, 2400 Canal St, New Orleans, LA 70119 beginning on March 15, 2018. 2.7.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.7.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.7.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.7.1.5 Store products in dry condition inside enclosed facilities. 2.7.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.7.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.7.1.8 Delivery and Installation will be coordinated through the COR. 2.7.2 CONFIGURATION 2.7.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.7.2.2 Install/Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. 2.7.2.3 Installation/Configuration must be completed by April 30, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.7.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.7.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.7.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.8 SITE CONDITIONS 2.8.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (1) for each item. 4.1.2 Digital Copies- Quantity (1) for each item. 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. WARRANTY 7.1 The contractor shall provide a minimum one year manufacturer s warranty on all parts and labor. This warranty will begin upon opening of the SLVHCS Research building. 7.2 The warranty shall include all travel and shipping costs associated with any warranty repair. 8. SECURITY REQUIREMENTS 8.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q0169/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q0169 36C25618Q0169_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3954331&FileName=36C25618Q0169-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3954331&FileName=36C25618Q0169-003.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs Medical Center;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04761646-W 20171210/171208230917-558111b8624411e93ce91649a72b44e9 (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.