DOCUMENT
R -- RFI - Attachment
- Notice Date
- 2/6/2018
- Notice Type
- Attachment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs;VAMC;10 N Greene St;Baltimore MD 21201
- ZIP Code
- 21201
- Solicitation Number
- 36C24518Q9008
- Response Due
- 2/9/2018
- Archive Date
- 2/9/2018
- Point of Contact
- Vanessa Jacobs
- E-Mail Address
-
vanessa.jacobs@va.gov
(vanessa.jacobs@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 4 This is a sources sought for the DC VAMC to determine the availability of potential sources (and their size classification relative to NAICS 561990 having the skills and capabilities necessary to maintain and repair the Reverse Osmosis (R/O) system in accordance with the attached SOW. 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. No award will be made from this sources sought. Requested information should be submitted by email to vanessa.jacobs@va.gov by 12:00pm EST February 09, 2018. Provide only the requested information below. REQUESTED INFORMATION STATEMENT OF CABABILITY: Submit a brief [ Five (5) pages or less] capability statement explaining your capability to perform services for the DC VAMC. Include past experience in performing these services for the VA, other Government (Federal or State) agency, or for a private medical facility.. BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (c) Include the DUNS number of your firm. (d) Provide your firms FSS or GSA Contract number if applicable. STATEMENT OF WORK SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to maintain and repair the Reverse Osmosis (R/O) system used for Dialysis at the Washington DC VA Medical Center. They shall also provide the supplies outlined in this scope of work. The Contractor shall be able to provide three (3) references from current or previous (within the last three years) clients. The Contractor shall make one preventive maintenance visit per quarter. This visit shall consist of inspecting the equipment and making any repairs or adjustments necessary to maintain optimal functionality of the system. The Contractor shall provide emergency service for the system. Response shall begin within one hour of the request and onsite response shall be within four hours of the request. This response shall be provided 24/7. There will be five (5) emergency visists provided during the Contract period, as needed. Quarterly preventive maintenance visits shall be made after Renal Clinic hours. Contractor shall exchange portable R/O prefilters (filters to be provided by VA) and exchange two (2) main R/O prefilters quarterly. Extra prefilters shall be provided for the main R/O system for exchange as needed by VA Staff. The Contractor shall do monthly disinfection of the main R/O, holding tank, and R/O loop. This will be done after Renal Clinic hours. The Contractor shall perform quarterly AAMI water tests on the feed wate and main R/O product water and four (4) LAL tests at dialysis stations per quarter. The Contractor shall come onsite to take samples. The Contractor shall replace RO membranes if the quality of the RO water drops below 90% rejection. Quarterly, four (4) portable R/O carbon tanks wil be exchanged. DI tanks will be exchanged as needed, up to fifty-four (54) tanks. One rebed of the C-201-B-TC carbon filter is included if needed, this will be determined by cholorine testing and will be at the discretion of the Government. This work will be performed on the weekend. Supplies to be provided: Sixteen (16) OA6 Carbon Tank Exchanges Twenty four (24) 5 micron main RO pre-filters 20 inches One (1) FPN021CGS Vent Filter (changed once annually) One (1) UV Lamp and Quartz Sleeve Eight (8) Feed water, main R/O product water water tests results (Contractor to collect samples) Fifty Four (54) MB-36 Mixed bed deionizers Six (6) 0.05 micron absolute hollow fiber filters replaced semi- annually Repair parts and membrances for compelted main R/O water system Major components such as the R/O pump, pretreatment tanks, and storage tank are not covered Six (6) Cubic Ft of high grade 12 x 40 carbon and 100 pounds of gravel Minncare disinfectant and test strips as required. 1. EQUIPMENT: The contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The RO System at the DC VA consists of the following: One (1) TM 30 Mixing Valve One (1) H10B4 Boost Pump One (1) Ecodyne Ind. multimedia depth filter - M-171A-TC One (1) Ecodyne Ind. water softener - S-121B-TC Two-(2) Ecodyne Ind. carbon filters - C-201B-TC w/acid washed carbon - 12 cu ft total Two (2) 20" - 5 micron RO prefilter One (1) Osmonics 23G-HR(PA) 7500 reverse osmosis unit One (1) 250 gal. Holding tank w/ controls Two (2) H15B9S16-3ph Recirculation Pumps w/ Alternating Control System Two MB 36 Deionization Tanks One (1) NI-15 UV Light and Monitor Three (3) Ametek 20" -.05 micron filters 2. AREAS TO BE SERVICED: (one or all as necessary and appropriate to this contract) Washington DC VAMC 50 Irving Street NW Washington, DC 20422 3. TASK FREQUENCY AND INSTRUCTIONS: This will be a single visit, be it a single day or multiple days, at the facility for a period sufficient to complete the work set forth in the scope of work. This visit is to be scheduled in advance with the DC VAMC s Biomedical Engineering department. Contractor shall check in with Biomedical Engineering prior to visitng the worksite. Service report shall be provided within 5 business days of work completion. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use on the system. In the case of equipment turn-in, exchange, repair or replacement hard drives used by the VA shall be removed from the equipment and remain in possession of VA this includes loaned or rented equipment. Routine work shall be performed during regular business hours on regular business days (M-F, 8-5pm). Scheduled disinfections shall be done after hours and on weekends, working around the Renal Clinic s schedule. 4. SPECIAL WORK REQUIREMENTS: None. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 6. ATTACHMENTS: None. 7. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 8. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAMHCS512/VAMHCS512/36C24518Q9008/listing.html)
- Document(s)
- Attachment
- File Name: 36C24518Q9008 36C24518Q9008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066926&FileName=36C24518Q9008-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066926&FileName=36C24518Q9008-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24518Q9008 36C24518Q9008.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4066926&FileName=36C24518Q9008-000.docx)
- Record
- SN04812045-W 20180208/180206231517-76460b19546ac99450daad36267db256 (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 |