SPECIAL NOTICE
J -- NYH Dialysis Equipment Deinstallment
- Notice Date
- 2/15/2022 10:30:11 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0411
- Archive Date
- 04/16/2022
- Point of Contact
- Samantha S Smith, Samantha Smith, Phone: (718) 836-6600 x1441
- E-Mail Address
-
Samantha.Smith33@va.gov
(Samantha.Smith33@va.gov)
- Awardee
- null
- Description
- Synopsis: Network Contracting Office (NCO) 2 of the Department of Veterans Affairs intends to award a sole source contract to Mar Cor Purification, Inc located at 4450 Township Line Rd, Skippack, PA 19474, under the authority of 41 U.S.C 253 (c) (1) FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The proposed procurement is a Dialysis Equipment Deinstallation Service. Mar Cor Purification, Inc is the sole manufacturer of this equipment, as well as all software and accessories. Mar Cor Purification, Inc Field Service Engineers are highly trained and are subject matter experts on the repair and maintenance of their equipment. Mar Cor provides installation, onsite product orientation, documented protocols, regional field service technicians, preventative maintenance programs, on-call technical support, user training programs, and a line of consumables and spare parts. No other company has been given the authority or position to perform and provide technical support both in the field and/or through telecommunications. Mar Cor Purification, Inc has the sole ownership of the certified Original Equipment Manufacturer's repair parts, without which the equipment will not function. Background: The VA NYHHS in Brooklyn and Manhattan, New York is currently seeking a contract for tear down and removal of our existing Mar Cor reverse osmosis (RO) systems as well as to provide rental deionization (DI) tanks for the duration of the installation of a new RO water filtration system. The main RO filtration systems at both the Brooklyn & Manhattan campuses are being replaced. Prior to the installation of the new RO systems the existing equipment will need to be removed and disposed of. During the installation of the new RO system, the clinic will run on the DI tanks. This will take approximately 2 weeks. As the DI tanks are being used, it is the responsibility of the contractor to respond in a timely manner to provide replacement DI tanks once notified by the medical center that the tank requires a replacement. It will be the responsibility of the medical center to replace the DI tanks, but the contractor s responsibility to provide delivery and removal of spent tanks SCOPE The following equipment must be removed from their wall mounding and disposed of by the vendor: Mar Cor MCP/4400-8K in Brooklyn, Mar Cor 23G in Manhattan. All associated carbon tanks must be returned to Mar Cor Purification, Inc. as they are rented by the facility from Mar Cor. Contractor is required to be a certified service personnel for the Mar Cor Model 42M16B 4400M and 23G RO systems with at least 2 years servicing the machines. The clinic will run continue to run off of the provided rental DI tanks until the installation of the new water filtration system is completed. Uninterrupted water service is vital to patient safety. The pre-filter carbon tanks, and rental DI tanks are Mar Cor property and must be returned to Mar Cor. The Brooklyn Campus has 21 dialysis stations and Manhattan Campus has 15 dialysis stations. DI tanks should be sized appropriately to accommodate this amount of water. Installation is scheduled to take 2 weeks at each site. However, the quoted amount of DI tanks should allow for 4 weeks of water service at each site of DI service to account for possible delays in installation of the new systems. Delivery of new DI tanks is expected within 24 hours-notice as well as removal of spent DI tanks. It is the responsibility of the facility to hookup the DI tanks. All rental DI tanks delivered to the facility will be considered used. However, the cost of unused DI tanks will not be charged against the contract. Any additional DI tanks needed exceeding the quoted 4 weeks will be purchased by the facility outside of this agreement. The North American Industry Classification Systems (NAICS) is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) and the standard size is $20.5 million. The Product Service Code (PSC) is J045 (Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies). No solicitation package will be issued. This notice of intent is not a request for competitive quotes; however, interested parties may identify their interest by providing a capability statement not later than March 01, 2022 at 5:00pm EST. The capability statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e39fa07f724b404a86ac54c65d422c6c/view)
- Record
- SN06242574-F 20220217/220215230109 (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 |