DOCUMENT
65 -- Detroit Washer/Disinfectors - Attachment
- Notice Date
- 9/11/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25018Q9834
- Response Due
- 9/11/2018
- Archive Date
- 10/11/2018
- Point of Contact
- Chuck Lakin
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 2 The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for four single chamber Washer/Disinfectors with touch screen controls with vertical doors that utilizes steam heat. The machines must be ISO/AAMI 15883 compliant to meet VA regulations for intermediate-level disinfection. The sterilizers will be delivered FOB Destination to the John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, MI 48201 and installed on site. according to the terms and conditions stated in this solicitation. This is an unrestricted procurement that will be conducted using FAR part 13.5 procedures. NAICS code: 339113, small business size standard is 750 employees. The basis of award will be LPTA. The solicitation will be made available on or about 9/11/2018. The contract requirements are anticipated to be: Overview: The washers in the Sterile Processing Service (SPS) are in need of being replaced for many reasons. They are past their life expectancy, they are malfunctioning and require repair on a regular basis, and some have a leak (despite attempts to fix it) causing safety issues within the department. The machines need to be replaced with machines that allow for better more efficient washing, as well as allow for better ergonomics and process flow. The machines must utilize steam heat as the Detroit VA Medical Center produces its own steam. Equipment Requirements: 1. Purchase four single chamber Washer/Disinfectors with touch screen controls with vertical doors that utilizes steam heat. The machines must be ISO/AAMI 15883 compliant to meet VA regulations for intermediate-level disinfection. 2. Washers shall come equipped with standard factory programmed washing cycles and ability to add up to at least 20 custom washing cycles by the government. 3. Washer cabinet size shall be no more than 42 width x 80.75 height x 38 length or smaller to fit in current allocated space and provide interior capacity of at least: 26.5 width x 26.25 height x 31.5 length maximum cleaning space with load height 31 from the floor to ensure best possible ergonomics. 4. Washers shall accommodate three level rack system to fit dental and ophthalmic instruments. 5. Washers shall be equipped with two pass-through windows from decontamination area to sterile area. One is for dirty return and one is for clean to move hand wash instruments. Passthrough windows shall be automatic with light sensor for non-touch operation. Passthrough windows shall be equipped with alarm when sustained in open position. Passthrough window shall have rack support system so that when items are passed through, they do not require human reception and can be left unattended on receiving side without fear or ability of equipment falling. 6. Washer doors will have full glass window panel and shall lift up to accommodate the tight physical space in the decontamination area. Doors shall move up which is considered a clean area instead of down which is considered dirty area to minimize cross contamination. 7. Washer water connection shall be metal to metal to diminish potential leaks. That is, no rubber or latex connections which will erode in time/use and increase potential for leaks. 8. Washer shall be equipped with safety features to minimize harm to federal employees. These shall include the following at a minimum: a) obstruction sensors on vertical door so that if obstruction is present, door automatically opens. B) Be equipped with a safety lockout system so that if door is not fully closed, cycle will not initiate. C) If door is opened during cycle, all utility service to the chamber is automatically shut off. D) Equipped with a door interlock feature that when one door is open, the other side cannot open which assists in preventing cross contamination. E) Equipped with safety push button lock feature, one located on load side and one located on unload side, to stop cycle as well as cut utilities in case of an emergency. Service Requirements: 1. The contractor shall install washers and passthrough windows meeting all government requirements including water and power installation. Contractor shall provide labor resources for installation as well as any materials to uncrate, install, hook up, etc. to complete installation to full operational use. 2. The contractor shall ensure that after installation, quality and operational checks and tests are completed. Any necessary adjustments shall be accomplished to satisfactorily meet regulatory decontamination requirements prior to use. Contractor shall provide demonstration of proper equipment use to SPS staff and leadership. 3. The contractor shall be responsible for cleanup and removal of packing material, crates, and debris. 4. The contractor shall remove current washers and decommission working with government to meet infection control requirements and facility engineering safety requirements. Contractor shall move old washers to dock for disposal. 5. The contractor shall offer trade-in for current washers. 6. The contractor shall provide education on operational use of automated passthrough windows and operation of washers. 7. The contractor shall work with SPS leadership to schedule installation that minimizes down time of operations ie. evening and weekend installation. 8. The contractor shall supply drawings for installation which shall include required physical dimensions, structural requirements, and technical requirements. In addition, the contractor shall provide as is built diagrams, once installation and work is completed. 9. The contractor shall supply extended warranty up to 5 years for parts, service, and labor if requested by the government. No solicitation is available at this time. ***No response to this special notice is necessary*** For information about this solicitation, e-mail Chuck Lakin, Contracting Officer, at Charles.Lakin2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9834/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9834 36C25018Q9834_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585111&FileName=36C25018Q9834-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585111&FileName=36C25018Q9834-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9834 36C25018Q9834_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4585111&FileName=36C25018Q9834-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;John D. Dingell VA Medical Center;4646 John R St;Detroit, MI
- Zip Code: 48201
- Zip Code: 48201
- Record
- SN05083443-W 20180913/180911231119-ea933eabea466a2c6502c1f73ca6ab92 (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 |