SOURCES SOUGHT
46 -- inpatient Reverse Osmosis Systems
- Notice Date
- 5/14/2021 5:43:13 AM
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26321Q0560
- Response Due
- 5/20/2021 12:00:00 PM
- Archive Date
- 06/04/2021
- Point of Contact
- Contracting Officer, Andrea Harter, Phone: 320-654-7616
- E-Mail Address
-
Andrea.Harter@va.gov
(Andrea.Harter@va.gov)
- Awardee
- null
- Description
- Sources Sought- Reverse Osmosis Systems Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting market research to identify potential sources for a potential procurement for Reverse Osmosis Systems for the Nebraska Western Iowa VA Health Care System located in Omaha, NE. Salient Characteristics 4 each-Portable RO Systems: Must be similar in size to 17 W x 24 D x 47 H (within .25 ) to ensure use on existing ERGO Motorized RO transportation cart (using existing carts will keep overall purchase cost down). Must produce around 730 GPD, 1,900 ml/min @ 77°F and run between 40° and 90° F. Additionally, must have a Projected Rejection >96%, and utilize Membranes: 2 / 2.5 x 21 TFC. Item must feature a minimum of 2 test ports to test water samples while in use. Item must also feature an onboard disinfection process to ensure optimal water quality. 1 each- Stationary RO System: Must be similar in size to 18.5 W x 24 D x 52 H (within .5 ) to ensure it fits in existing storage area. Must produce around 2,800 GPD and run between 41° and 90° F. Additionally, must have a Projected Rejection >96%, and utilize Membranes: 2 / 4 x 26 / TFC. Item must feature a minimum of 2 test ports to test water samples while in use. Item must also feature an onboard disinfection process to ensure optimal water quality. Please address the following in your responses: Point of contact, DUNS Number, complete mailing address, telephone number, and email address. Product information/specifications of the systems that you can provide that meets the salient characteristics listed above. Manufacture Information of the product that your company/entity can provide to include: Manufacturer Name, Address, and DUNS Number Socioeconomic status of your company/entity. Confirmation the product being proposed is not gray market or counterfeit in accordance with Veterans Affairs Acquisition Regulation Clause 852.212-72 (See attached). 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Andrea Harter, Contracting Officer, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at Andrea.harter@va.gov. Please submit this information as soon as possible, but no later than 2:00 PM, Central Time on Thursday, May 20th. Telephone inquiries will not be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9ea8808f90b44504adef2d2e300326f2/view)
- Place of Performance
- Address: NWI VA Health Care System 4101 Woolworth Ave, Omaha 68105, USA
- Zip Code: 68105
- Country: USA
- Zip Code: 68105
- Record
- SN06002935-F 20210516/210514230120 (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 |