SOURCES SOUGHT
J -- Annual medical gas inspection-KC
- Notice Date
- 4/28/2020 7:50:31 AM
- Notice Type
- Sources Sought
- NAICS
- 926130
— Regulation and Administration of Communications, Electric, Gas, and Other Utilities
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0369
- Response Due
- 5/1/2020 12:00:00 AM
- Archive Date
- 05/31/2020
- Point of Contact
- Penny Barber Penny.Barber@va.gov 913-946-1956
- E-Mail Address
-
Penny.Barber@va.gov
(Penny.Barber@va.gov)
- Awardee
- null
- Description
- 19 The Department of Veterans Affairs, Network Contracting Office (NCO) 15 is conducting market research to help determine the availability and technical capabilities of qualified vendors who can provide Annual Gas/vacuum inspection and certification for the Kansas City VA Medical Center, Kansas City.� POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THE RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e. small/large), and DUNS Number. 2) Statement of Capability that demonstrates ability of providing the item in accordance with the attached Performance Work Statement (PWS) and past performance in providing this type of service.� Include examples of prior completed Government contracts, references, and other related information.� This notice is to assist the NCO 15 in determining SOURCES ONLY.� This announcement is not a request for proposals or quotations.� The Government is not committed to award a contract pursuant to this announcement.� The Government will not pay for any costs incurred in the preparation or submission of information in response to this announcement. Questions and responses must be submitted no later than 5 pm (CST) on May 1, 2020 to Penny Barber@va.gov any proprietary information should be clearly identified as proprietary information . PERFORMANCE WORK STATEMENT (PWS) Annual Medical Gas/Vacuum Inspection and Certification Kansas City, VA Medical Center 1. GENERAL: This is a non-personal services contract to provide Annual Medical Gas/Vacuum Inspection and Certification for the KC VAMC. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items to perform Inspection and testing services as defined in this Performance Work Statement (PWS), section 5. The Contractor shall perform to the standards in this contract. Contractor shall have documented experience with projects of similar scope, size and magnitude as the Kansas City VA Medical Center. Contractor will provide documentation of past performance for the previous 5 years with their proposal. Failure to provide this documentation will result in the elimination of the proposal for consideration. 1.2 Background: The Medical Gas and Vacuum System in the Medical Center is required to be inspected, at intervals and frequencies, as defined in NFPA 99 Chapter 5 (2018 Edition) and VA Directive 7515. The Medical Center has: Medical Air Compressors and Vacuums as source equipment; 6 Operating Rooms each with 2 Hill-Rom Ceiling Columns Model EpiCare P680. The facility also has numerous inventories of Medical Gas Outlets/Inlets, Alarm Panels, Zone Valves and piping systems. See Attachment A. 1.3 Objectives: Contractor will annually inspect and test: Source Equipment; Medical Gas inlet/outlets; Zone Valves; Alarm Panels and other items as defined by NFPA 99 (2018) 5.1.14.2.2.1 Contractor will provide a detailed report, in electronic format, identifying all deficiencies with a clear color photo and a narrative of each deficiency. Contractor will also make recommendation to correct each deficiency identified. At the completion of the inspections, contractor will provide certification to the Kansas City VAMC. 1.4 Scope: Contractor will supply all tools, materials, equipment and supervision to perform Annual Medical Gas and Vacuum Inspections. Upon completion of the inspections, the contractor will provide the inspection Certification for the entire system. Comprehensive inspection of system will include: Medical Air Compressor Packages Medical Vacuum Pump Packages Instrument Air Compressor Systems Area Alarm and Master Alarm Systems Zone Valve Boxes Outlet and Inlet assemblies Any signage required by NFPA 99 Services include: Provide a detailed inspection, inventory and count for all medical gas systems and sub-components of the pipeline distribution system. The inventory will include clear color photos for each: Source equipment compressor or vacuum. Master and Area alarm system panels. Zone Valve boxes Tank manifolds and Oxygen storage system. The inspection will include: Compliance to all Category 1 code requirements for all systems, components and sub-components. Clear color photos and a detailed narrative for each deficiency observed. Recommendations to correct deficiencies. An itemized proposal to correct each deficiency. An inspection report, in electronic format. The repot shall include Clear color photos of each deficiency observed and the location of the deficiency. A detailed narrative of the deficiency that included the NFPA Standard. An itemized quote to repair each deficiency. The quote will have the labor and material costs separated. Upon completion of the system inspection, a report will be submitted to the contract COR. It will include a photo of each deficiency and the location of the deficiency. After the deficiencies are corrected, a follow-up report will be submitted, and it will include side-by-side before and after photos of each deficiency and the deficiency after it was repaired. Prior to submittal of the report, the contractor will coordinate the format and layout for the report with the contract COR. Comprehensive testing and inspection of the system shall include: Outlets / Inlets testing criteria Leak detection using a calibrated, ultrasonic leak detector for all accessible and not-in-use Medical Gas and Vacuum Outlets/Inlets. Operational flow testing for all accessible and not in use Medical Gas and Vacuum Outlets/Inlets. A minimum of 10% of Medical Gas Outlets will be random sampled for concentration percentage and purity. Contractor shall document readings and locations of samples taken. Operational Flow NFPA 99 (2018 Edition) 5.1.12.4.10 Medical Gas Outlet Concentration NFPA 99 (2018 Edition) 5.1.12.4.11 Alarm Panels and Zone Valve Boxes testing criteria: Confirm proper labeling for areas controlled or monitored by zone valve box assemblies and area alarm panels. Test for LED or Audible failure and accuracy of digital sensors on Alarm Panels against recorded source pressure.\ Test accuracy of pressure and vacuum indicators in zone valve box assemblies. Valve Test - NFPA 99 5.1.12.4.4 Zone Valve Labeling - NFPA 99 5.1.11.2.7 Alarm Panel Labeling and LED Test - NFPA 99 - 5.1.9.1(7) and (4) Accuracy of Digital Indicators - NFPA 99 5.1.8.1.4 Pressure and Vacuum Indicators - NFPA 99 5.1. Master Alarm Panel Testing criteria: All required source equipment alarm signals will be tested that they correctly actuate and are properly labeled for each alarm condition. Master Alarm Panel Signals- NFPA 99 5.1.9.2.4 Electrical system for All Medical Gas and Vacuum components. All components will be tested and verified that their electrical components are wired to the Essential Life Safety Branch of the electrical system. VA Staff will assist with this requirement. Power verification - NFPA 99 5.1.9.1(9) Source Equipment Testing Criteria: All source equipment will be tested for functionality with Category 1, Code requirements. All positive pressure gas system will be tested for pipeline purity at furthest outlet against source content. Gas and Vacuum Supply Sources - NFPA 99 5.1.12.4.14.2 Verifier Piping Purity Test- NFPA 99 5.1.12.4.8 Boom and Manufactured Assemblies, including OR Boom Pendants: Tested annually for leaks. VA staff will assist with this task. This test requires detaching all secondary equipment from each OR area and performing a 10-minute standing pressure test on each system. If any leaks are found, further investigation will need to be performed to locate the source of the leak. Minor leaks will be documented on the inspection report. Any significant leak(s) will be brought to the attention of the Mechanical Shop Supervisor as soon as possible. Manufactured Assemblies Employing Flexible Connections- NFPA 99 5.1.14.2.3.1 VA Directive 7515 requires that 10% of outlets be tested for purity. To satisfy this requirement for the Kansas City, VAMC, a full pipeline purity testing for each medical gas system will be tested to confirm that the entire distribution pipeline system meets the requirements for pipeline purity. Contractor will include the testing results in the report upon completion of the annual inspection and testing service. Contractor will anticipate that there will be 4 separate instances, in which there where minor modifications done to the system that requires the contractor to recertify the system. Some examples of a minor modifications are: capping off sections of the piping system when outlets have been removed; adding outlets for a new patient room The Contractor shall accomplish (Contract Deliverables): Inspections: Medical Compressors Medical Vacuums Instrument Air Compressor Systems Area Alarms and Master Alarms Zone Valve Boxes Outlet and Inlet Assemblies Required Signage Detailed inventory for all system components and sub-components: Source Equipment Compressors and Vacuums Medical Compressors Medical Vacuums Instrument Air Compressor Systems Area Alarms and Master Alarms Zone Valve Boxes Outlet and Inlet Assemblies Required Signage Tank Manifolds and Oxygen Storage System Testing: Outlets and Inlets Area Alarm Panels Master Alarm Panels Zone Boxes Medical Gas components on Electrical Systems Source Equipment Boom and Manufactured Assemblies Detailed inventory listing with clear color photos. Format of the report to be submitted to the COR within 14 calendar days of contract award. Detailed inspection report with clear color photos showing all deficiencies observed during the inspection. Format of the report to be submitted to the COR within 14 calendar days of contract award. Medical Gas and Medical Vacuum Certification documentation. Period of Performance: The period of performance for a contract year will be 365 calendar days. Base Year [2020] Option Year I [2021] Option Year II [2022] Option Year III [2023] Option Year IV [2024] 1.6 General Information 1.6.1 Federal Observed Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.2 Hours of Operation: The Contractor is responsible for conducting business, between the hours of 7:00 AM to 5:00 PM CST Monday through Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 1.6.3 Place of Performance: The work to be performed under this contract will be performed at: The Kansas City VA Medical Center located at 4801 East Linwood Boulevard, Kansas City, Missouri 64128-2226; Jackson County. 1.6.4 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.5 Type of Contract: The Government will award a Firm Fixed Price contract. 1.6.6 Special Qualifications: All contractor technicians working on KCVA premises completing Annual Inspections and Certification will be Credentialed Medical Gas Verifiers for MGPHO Medical Gas Professional Healthcare Organization. Additionally, all technicians will have an ASSE 6030 Medical Gas and Vacuum System Verifiers Credential, and ASSE 6035 Bulk Medical Gas Systems Verifier Credential. 1.6.7 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The CO and Contracting Officer s Representative (COR) shall meet periodically with the contractor to review the contractor's performance. At these meetings the CO will apprise the Contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. 1.6.9 Contracting Officer s Representative (COR): The COR Management System Tool (eCOR File)- for nomination, tracking, documentation, and management of CORs will be used. The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: Assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notifies both the CO and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel: The following personnel are considered key personnel by the Government: [Contracting Officer, Chief FMS, M&O Supervisor, Contract COR and the Mechanical Shop Supervisor]. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The Monday through Friday except Federal holidays or when the Government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.11 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. All Contractor s Personnel will always wear a VA issued Flash Badge while working on VA premises Contractor personnel will attend a once a year Safety and Infection Control training. The training is offered at 7:00AM to 8:00AM on Tuesday mornings. Upon completion of the training, the employees will report to the 5th floor in Building 15 to get their photos taken and pick up their badge. 1.6.12 Facility Access: Contractor is required to report to BLDG 6, Ryan Recker, Mechanical Supervisor. Cell 816-714-9652 Office 816-861-4700 EX. 56997 Ryan.Recker@VA.gov 1.6.13 Contractor Personnel Conduct: Contractor personnel s conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The Contractor employees must avoid improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no contractor employees conduct political related activities or events on U.S Government facilities. 1.6.14 Data Rights N/A: 1.6.15 Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the CO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the CO to avoid or mitigate any such OCI. The Contractor s mitigation plan will be determined to be acceptable solely at the discretion of the CO, and in the event the CO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the CO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.16 Phase In/Phase Out : N/A 1.6.17 Contractor Employees Who Require Specialized Training outlined in VA form 6500.6 All contractor employees that require specialized training; i.e. Privacy, HIPPA must be registered in FAITAS (Federal Acquisition Institute Training Application System at commencement of services, and must successfully complete the required classes and provide the COR and CO a copy of the certificates of completion. The contractor shall contact the NCO 15 training officer to become registered in FAITAS. (The CO will provide that information upon award notification if required). 1.6.2 Emergency Services 1.6.20.1 The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the CO or COR within 30 minutes of the incident. 1.6.20.2 Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. ATTACHMENT A MED GAS OUTLET INVENTORY Building# Floor Location Air O2 VAC EVAC Nit. Nitrous NO2 Type/Brand 1 11th � � � � � � � � 1 10th 316 1 1 1 � � � Tri-Tech 1 10th 317 1 1 1 � � � Tri-Tech 1 10th 320 1 1 1 � � � Tri-Tech 1 10th 321 1 1 1 � � � Tri-Tech 1 9th � � � � � � � � 1 8th M8-221 1 1 1 � � � Puritan Bennett 1 8th M8-225 1 1 1 � � � Puritan Bennett 1 8th M8-226 1 1 1 � � � Puritan Bennett 1 8th M8-203 2 2 2 � � � Puritan Bennett 1 8th M8-202 2 2 2 � � � Puritan Bennett 1 8th M8-201 2 2 2 � � � Puritan Bennett 1 8th M8-200 2 2 2 � � � Puritan Bennett 1 8th M8-242 2 2 2 � � � Puritan Bennett 1 8th M8-243 2 2 2 � � � Puritan Bennett 1 8th M8-244 2 2 2 � � � Puritan Bennett 1 8th M8-245 2 2 2 � � � Puritan Bennett 1 8th M8-255 2 2 2 � � � Puritan Bennett 1 8th M8-256 1 1 1 � � � Puritan Bennett 1 8th M8-257 2 2 2 � � � Puritan Bennett 1 8th M8-317 2 2 2 � � � Puritan Bennett 1 8th M8-318 2 2 2 � � � Puritan Bennett 1 8th M8-319 2 2 2 � � � Puritan Bennett 1 8th M8-335 2 2 2 � � � Puritan Bennett 1 8th M8-336 2 2 2 � � � Puritan Bennett 1 8th M8-337 2 2 2 � � � Puritan Bennett 1 8th M8-338 2 2 2 � � � Puritan Bennett 1 8th M8-353 1 1 1 � � � Puritan Bennett 1 8th M8-356 2 2 2 � � � Puritan Bennett 1 8th M8-359 2 2 2 � � � Puritan Bennett 1 8th M8-360 2 2 2 � � � Puritan Bennett 1 8th M8-361 2 2 2 � � � Puritan Bennett 1 8th M8-362 2 2 2 � � � Puritan Bennett 1 7th M7-334 1 1 1 � � � Tri-Tech 1 7th M7-336 1 1 1 � � � Tri-Tech 1 7th M7-354 1 1 1 � � � Beacon Meds 1 7th M7-358 1 1 1 � � � Beacon Meds 1 7th M7-361 11 11 11 � � � N/A 1 6th � � � � � � � � 1 5th M5-260 1 1 2 � � � Beacon Meds 1 5th M5-258 1 1 2 � � � Beacon Meds Building# Floor Location Air O2 VAC EVAC Nit. Nitrous NO2 Type/Brand 1 5th M5-255 1 1 2 � � � Beacon Meds 1 5th M5-256 1 1 2 � � � Beacon Meds 1 5th M5-245 1 1 2 � � � Beacon Meds 1 5th M5-244 1 1 2 � � � Beacon Meds 1 5th M5-231 1 1 2 � � � Beacon Meds 1 5th M5-228 1 1 2 � � � Beacon Meds 1 5th M5-227 1 1 2 � � � Beacon Meds 1 5th M5-224 1 1 2 � � � Beacon Meds 1 5th M5-223 1 1 2 � � � Beacon Meds 1 5th M5-204 1 1 2 � � � Beacon Meds 1 5th M5-201 1 1 2 � � � Beacon Meds 1 5th M5-360 20 20 20 � � � Beacon Meds 1 5th M5-315 4 4 4 � � � � 1 4th M4-314 1 1 1 � � � Puritan Bennett 1 4th M4-315 1 1 1 � � � Puritan Bennett 1 4th M4-316 1 1 1 � � � Puritan Bennett 1 4th M4-317 1 1 1 � � � Puritan Bennett 1 4th M4-318 1 1 1 � � � Puritan Bennett 1 4th M4-319 1 1 1 � � � Puritan Bennett 1 4th M4-321 1 1 1 � � � Puritan Bennett 1 4th M4-334 1 1 1 � � � Puritan Bennett 1 4th M4-351 1 1 1 � � � Puritan Bennett 1 4th M4-353 1 1 1 � � � Puritan Bennett 1 4th M4-357 1 1 1 � � � Puritan Bennett 1 4th M4-358 1 1 1 � � � Puritan Bennett 1 4th M4-359 1 1 1 � � � Puritan Bennett 1 4th M4-360 1 1 1 � � � Puritan Bennett 1 4th M4-362 1 1 1 � � � Puritan Bennett 1 4th M4-363 1 1 1 � � � Puritan Bennett 1 4th M4-364 1 1 1 � � � Puritan Bennett 1 4th M4-365 1 1 1 � � � Puritan Bennett 1 3rd M3-205 2 2 3 � � � Puritan Bennett 1 3rd M3-205 8 8 8 � � � Beacon Meds 1 3rd M3-225 1 1 1 � � � Powerex 1 3rd M3-229 2 2 2 � � � Powerex 1 3rd M3-230 2 2 2 � � � Powerex 1 3rd M3-231 2 2 2 � � � Powerex 1 3rd M3-234 2 2 2 � � � Powerex 1 3rd M3-235 2 2 2 � � � Powerex 1 3rd M3-236 2 2 2 � � � Powerex 1 3rd M3-237 2 2 2 � � � Powerex 1 3rd M3-238 2 2 2 � � � Powerex 1 3rd M3-239 2 2 2 � � � Powerex Building# Floor Location Air O2 VAC EVAC Nit. Nitrous NO2 Type/Brand 1 3rd M3-226 2 2 2 � � � Powerex 1 3rd M3-225 2 2 2 � � � Powerex 1 3rd M3-222 2 2 2 � � � Powerex 1 3rd M3-244 2 2 2 � � � Puritan Bennett 1 3rd M3-248 2 2 2 � � � Puritan Bennett 1 3rd M3-249 2 2 2 � � � Puritan Bennett 1 3rd M3-340 16 16 16 � � � Amico 1 3rd M3-339 1 1 1 � � � Amico 1 3rd M3-336 1 1 1 � � � Amico 1 2nd M2-245 1 1 1 � � � Amico 1 2nd M2-246 1 1 1 � � � Amico 1 2nd M2-244 1 1 1 � � � Amico 1 2nd M2-226 0 1 1 � � � Puritan Bennett 1 2nd M2-229 0 1 1 � � � Puritan Bennett 1 2nd M2-231 0 1 1 � � � Puritan Bennett 1 2nd M2-237 0 1 1 � � � Puritan Bennett 1 2nd M2-239 0 1 1 � � � Puritan Bennett 1 2nd M2-265 0 1 1 � � � Beacon Meds 1 2nd M2-255 0 1 1 � � � Amico 1 2nd M2-410 1 2 2 � � � Puritan Bennett 1 2nd M2-469 1 1 1 � � � PB and BM 1 2nd M2-470 1 1 1 � � � PB and BM 1 2nd M2-455 1 1 1 � � � Amico 1 2nd M2-565 2 2 2 � � � Puritan Bennett 1 2nd M2-325 � 1 1 � � � Beacon Meds 1 1st M1-218 1 1 1 � � � Puritan Bennett 26 5th V5-630 9 18 27 � � � Hill Rom 26 5th V5-627 1 1 1 � � � Amico 26 5th V5-625 6 12 18 � � � Hill Rom 26 5th V5-622 2 4 2 � � � Amico 26 5th OR-1 4 5 6 2 2 2 Amico and Hill Rom 26 5th OR-2 4 5 6 2 2 2 Amico 26 5th OR-3 4 5 6 2 2 2 Amico 26 5th OR-4 4 5 6 2 2 2 Amico 26 5th OR-5 4 5 6 2 2 2 Amico 26 5th OR-6 2 3 3 1 1 1 Amico 26 5th OR-7 2 4 4 2 2 � Amico 26 3rd (SICU) V3-602-1 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-603-2 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-604-3 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-605-4 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-606-5 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-607-6 4 4 4 � � � Beacon Meds Building# Floor Location Air O2 VAC EVAC Nit. Nitrous NO2 Type/Brand 26 3rd (SICU) V3-608-7 4 4 4 � � � Beacon Meds 26 3rd (SICU) V3-609-8 4 4 4 � � � Beacon Meds 26 3rd(MICU) V3-708-1 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-709-2 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-710-3 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-711-4 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-712-5 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-713-6 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-714-7 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-715-8 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-716-9 4 4 4 � � � Puritan Bennett 26 3rd(MICU) V3-717-10 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-758-1 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-759-2 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-760-3 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-761-4 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-762-5 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-763-6 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-764-7 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-765-8 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-766-9 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-767-10 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-768-11 4 4 4 � � � Puritan Bennett 26 3rd(PCU) V3-769-12 4 4 4 � � � Puritan Bennett 26 2nd V2-629 1 1 1 � � � PB and BM 26 2nd V2-666 1 1 1 � � � Beacon Meds 26 2nd V2-668 1 1 1 � � � Beacon Meds 26 2nd V2-762 1 1 1 � � � Beacon Meds 26 2nd V2-764 1 1 1 � � � Beacon Meds 26 2nd V2-766 1 1 1 � � � Beacon Meds 26 2nd V2-768 1 1 1 � � � Beacon Meds 26 2nd V2-771 1 1 1 � � � Beacon Meds 26 2nd V2-772 1 1 1 � � � Beacon Meds 26 2nd V2-773 1 1 1 � � � Beacon Meds 26 2nd V2-775 1 1 1 � � � Beacon Meds 26 2nd V2-777 1 1 1 � � � Beacon Meds 26 2nd V2-778 1 1 1 � � � Beacon Meds 26 2nd V2-781 1 1 1 � � � Beacon Meds 26 2nd V2-783 1 1 1 � � Beacon Meds 26 2nd V2-792 1 1 1 � � � Beacon Meds 26 2nd V2-791 1 1 1 � � � Beacon Meds 26 2nd V2-794 1 1 1 � � � Beacon Meds 26 2nd V2-788 1 1 1 � 1 BM � Beacon Meds Building# Floor Location Air O2 VAC EVAC Nit. Nitrous NO2 Type/Brand 26 2nd V2-793 1 1 1 � � � Beacon Meds 26 2nd V2-795 1 1 1 � � � Beacon Meds 26 2nd V2-756 1 1 � � � � Beacon Meds 26 1st V1-885-11 2 2 2 � � � Amico 26 1st V1-883-10 2 2 2 � � � Amico 26 1st V1-879-9 2 3 3 � � � Amico 26 1st V1-875-8 2 3 4 � � � Amico 26 1st V1-863 4 4 4 � � � Amico 26 1st V1-864-5 2 3 3 � � � Amico 26 1st V1-862-4 2 3 4 � � � Amico 26 1st V1-860-3 2 3 3 � � � Amico 26 1st V1-850-2 2 2 2 � � � Amico 26 1st V1-846-1 2 2 2 � � � Amico Operating Rooms 1-6 Medical Gas Ceiling Column. Hill-Rom EpiCareP680 Ceiling Column. Quantity 12 . ATTACHMENT B MEDICAL AIR MEDICAL VACUUM SOURCE EQUIPMENT Sub-Basement-Main Tower Control Air: Atlas Copco Model # GX11P-EL. Qty. 2 Units Sub-Basement-Medical Vacuum: Powerex Medical Vacuum Model # CVPT15052RI. Qty. 1 Unit Building 26 VB-720: Squire Cogswell Model # S1000ST3-X Dental Compressor: Powerex Model # SEQ200740AJ Dental Vacuum: Tech West S/N: VPD20-6005 V4-610 SPS Compressed Air: Powerex Model # MSQ05044PS Dryer: Model PMB45000AJ Desiccant Dryers (Qty. 3): Speedaire: Model 4NMJ6 (Qty. 1) Gardner Denver: Model GSRN-125A-116 (Qty. 2) Building #15 (Qty 2): Model#: SEQ200740AJ Model#: NDL-090 Sub-basement (Qty 2): Model#: SEQ40B720AJ Model#: NDL-120 Building #1 (Qty 2): Model#: SET150740AJ Model#: NDL080FESAW34 Exterior Site Main Oxygen Storage Tank Reserve Oxygen Storage Tank
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0f5f257f0ee405f955f279e43229d46/view)
- Record
- SN05638637-F 20200430/200428230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |