DOCUMENT
43 -- Project 570-18-304| Replace Manufactured Medical & Dental Vacuum Pumps - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Health Care System;855 M Street, Suite 1020;Fresno CA 93721
- ZIP Code
- 93721
- Solicitation Number
- 36C26118Q9617
- Response Due
- 9/12/2018
- Archive Date
- 11/11/2018
- Point of Contact
- Alex Ochoa
- E-Mail Address
-
5-6100
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. Applicable North American Industry Classification System (NAICS) Code is: 339113 Surgical Appliance and Supplies Manufacturing Small Business Standard Size is N/A Size Standard in Number of Employees: 750 Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service Disabled Veteran Owned and Veteran Owned Small Businesses must be registered and verified in the Department of Veterans Affairs Vendor Information Pages (VIP) (See Internet Site https://www.vip.vetbiz.gov/). Brief Description of Services SCOPE OF WORK The existing medical vacuum system currently resides in the sub-basement maintenance space of the main hospital building. This system consists of two (2) Airtech L630 25 Hp medical vacuum pumps, one (1) 200 gal tank, various other plumbing connection lines and controls. The current vent piping for the medical system resides in the sub-basement and basement of this building as well. The existing Dental Clinic vacuum system resides in the basement maintenance space of this Building. This system consists of two (2) TECO 3-phase induction 7.5 Hp vacuum pumps. Salient Characteristics Main Medical & Dental Vacuum Units MAIN MEDICAL VACUUM SYSTEM Central Medical Vacuum system, Factory packaged, continuous duty rated triplex vacuum system pumps, Airtech Model No.SCS-L630C-3SSAN or equivalent. The system shall be completely pre-piped and pre-wired for single point connections. The system shall meet the following requirements as a minimum: This system shall include three rotary vane vacuum pumps or equivalent. Each pump shall provide a minimum of 439 ACFM at 20 Hg (252 Torr) and a minimum of 400 ACFM at 26 Hg (100 Torr). Each pump shall have a guaranteed ultimate vacuum of 29.9 Hg (0.5 Torr). Lubrication shall be provided by an integral, fully recirculating oil supply which is filtered internally. Pumps are single stage, air cooled, and direct driven. Rotation of the pump rotor, which is mounted eccentrically in the pump cylinder, traps entering vapor between rotor vane segments. As rotation continues, vapor is compressed, and then discharged into the exhaust box. Vapors then pass through highly efficient coalescing filters and smoke eliminators to remove 99.9% of lubricating oil from the exhaust. Oil is then returned to the recirculating oil system. Each pump will be equipped with an oil conditioning system which removes particulates and water thus extending the time between oil changes. Each pump shall include a check valve, oil temperature switch, inlet filter, flex connector, isolation valve and a built-in anti-suck back valve mounted at the pump inlet, and each pump shall be equipped with three High Performance Carbon Composite vanes, each having a minimum life of 50,000 hours. Unless specified otherwise, the vacuum pump transducer shall be shall be set as follows: (Can be changed in the field as needed.) Lead Pump Continues Operation Lag 1 Pump Start 27.5 Hg Stop 28.5 Hg Lag 2 Pump Start 26.5 Hg Stop 27.5 Hg The color touch HMI control panel shall be circuit breaker type disconnects and shall be NEMA 12 rated and shall include the following items: 115 Volt control circuit transformers with fused primary and secondary protection hand-off-automatic (HOA) switches automatic alternation (PLC) Adjustable timed delay relay (prevent excessive start/stops) Medical Vacuum System Control Panel The control panel shall be installed ready for use with a triplex pump system, unit mounted and wired to all internal components with provision for Ethernet connectivity for online monitoring including connection to Metasys system (currently in use at VA facility). The C&A requirements do not apply, and Security Accreditation Package is not required. All Alarm Conditions: Oil temperature High temp shutdown alarm Motor overload alarm Low system vacuum alarm Additional Features: Pump on/off status Purge mode on/off status Hour meters Pump discharge (Chilled water flow temp) System Vacuum level Maintenance (oil change, filter change) with part numbers Radiator and fan back-up cooling Automated vacuum oil drain valves (as indicated) All control panel settings can be modified online if needed. Complete system to be stack mounted with 200-gallon vertical ASME receiver tank rated for full vacuum service. Receiver finish shall be standard (painted). Each vacuum pump shall be direct-driven by a 25 HP motor, suitable for operation on 460 volts, 3-phase, 60 cycle power. Each motor shall be TEFC type with a service factor of 1.15. Start up and training session shall be provided by factory trained service technician. Warranty on system shall be for a period of 2 years from date of shipment. Dental Vacuum System Dental Medical Vacuum system, Factory packaged, continuous duty rated triplex vacuum system pumps, Airtech Model No.2-DV-9420-11-2S-AS-VFD or equivalent. The system shall be completely pre-piped and pre-wired for single point connections. The system shall meet the following requirements as a minimum: Duplex vacuum system, Airtech model no. 2-DV-3BA9420-10-VFD-2S-AS or equivalent, factory packaged, continuous duty rated. System shall be completely pre-piped and pre-wired for single point connection. System shall meet the following requirements as a minimum. This system shall include Airtech 3BA9420 Series two stage regenerative (dry-type) vacuum blowers or equivalent. Each shall provide 225 CFM at 0 Hg and 160 ACFM at 8 Hg. Each pump shall have a guaranteed ultimate vacuum of 16.0 Hg. Each blower shall use a 10 HP, 3600 RPM TEFC certified NEMA Premium electric motor; 3 ph., 60 Hz, 460 volts. The motor shall be equipped with thermal overload protection and Class F insulation. IEC frame size motors not acceptable. Blower Design The blower consists of two impellers, mounted directly on the motor shaft. The impellers shall be precision cast aluminum with multiple radial blades at its periphery. The impellers shall be the only moving part, and shall not require any lubrication. The impellers shall be dynamically balanced to provide vibration-free operation without the need for vibration isolators. The impellers shall be installed between the blower housing and cover. The housing and cover shall be cast aluminum and provided with multiple heat-dissipating fins. The heat-dissipating fins shall efficiently minimize heating the compressed gas. The motor shall be supported by outboard mounted, grease lubricated, anti-friction bearings. The bearings shall be located outside of the compression chamber to maximize operating efficiency and bearing life. Expected life of the bearings shall be 10 years minimum in accord with AFBMA B-10 standards. Where the motor shaft passes through the blower housing, a double lip seal shall be provided to minimize air leakage. There shall be no metal-to-metal contact within the blower housing. There is no oil lubrication required; therefore, the discharge gas shall be oil free. The blower shall be quiet running. Noise levels shall not exceed 73 dBA. Additional silencers may be installed to further reduce the noise level. Inlet and discharge connections shall be 2.5 FNPT. Each blower module shall include two 60-gallon separator with check valve, flex connector, isolation valve and a relief valve. Each 60-gallon separator shall be carbon steel construction with epoxy lining rated for full vacuum in a vertical configuration including tangential inlet, automated wash down and high-level shutdown switch. Lead Pump Continuous modulation maintaining 10 HgV Lag 1 Pump Start at 8 HgV Stop 10 HG Control panel to be combination type, NEMA 12, circuit breaker type disconnects and including the following items: 1. VFD drives for each blower to maintain the desired vacuum level with lowest power consumption. VFD will continuously match the CFM of the blower with the required demand. Medical Vacuum System Control Panel Color HMI interface and PLC with internet capability for email/text notification of low alarm condition and service needed. 1. All Alarm Conditions: High temp shutdown alarm Motor overload alarm Low system vacuum alarm Pump on/off status Hour meters Pump discharge temp System Vacuum level Maintenance 2. Dual (2) 115 Volt control circuit transformer with fused primary and secondary protection 3. Hand-off-automatic (HOA) switches 4. Automatic timed alternation PLC controlled 5. Minimum run timer (to prevent excessive start/stops) 6. High separator level shutdown alarm and lights 7. Outputs for BacNet IP,MSTP 8. Control panel for mounting office with on/off switch and pilots lights for each blower provided. 9. FLA- 30 Amps at 480V/ 3Ph/ 60 Hz The control panel shall be mounted on a single module and wired to all internal components with provision for remote annunciation. Amalgam Separator The system includes skid mounted Amalgam separator HG5 HV or equivalent, ISO 11143 certified. The complete system shall be factory assembled, pre-piped and prewired for a single point connection. If required to accommodate the system shall be of a split base design which will allow reassembly after skid placement. Contract Work Hours: Monday Friday (7:00am 3:00pm PST) Location: VA Central California Healthcare System (VACCHCS) 2615 E. Clinton Ave Fresno CA 93703 Capability Statement The Government requests that interested parties provide the following capability information to the Contract Specialist, Alejandro Ochoa at Alejandro.ochoa2@va.gov by 3:00pm (PST) on 09/11/2018. (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) GSA Contract Number if applicable. Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement. *Failure to provide the information requested above (items (a) (i)) will be considered non-responsive and will not be considered a viable source.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/36C26118Q9617/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118Q9617 36C26118Q9617.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577936&FileName=36C26118Q9617-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577936&FileName=36C26118Q9617-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9617 36C26118Q9617.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4577936&FileName=36C26118Q9617-000.docx)
- Record
- SN05073090-W 20180907/180905231111-b289d2a1e3130ea94409690b6f02b10b (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 |