SOURCES SOUGHT
H -- Sources Sought for Annual Eyewash - Shower Testing
- Notice Date
- 2/23/2022 10:20:39 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0294
- Response Due
- 3/2/2022 12:00:00 PM
- Archive Date
- 05/01/2022
- Point of Contact
- Craig Harris, Contracting Officer, Phone: 603-314-1664
- E-Mail Address
-
Craig.Harris@va.gov
(Craig.Harris@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain a qualified vendor to provide Annual testing of plumbed eyewash and safety showers at the Manchester VAMC This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought, please ensure that you indicate your DUNS number on your response. The Veterans Health Administration (VHA) is seeking to obtain a qualified vendor to provide Annual testing of plumbed eyewash and safety showers at the Manchester VAMC per the general requirements below. The standard of services shall be of quality; meeting or exceeding those outlined in the general performance work statement as described below. Refer to the Performance Work Statement section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. PERFORMANCE WORK STATEMENT Existing Conditions: The Manchester VAMC is located at 718 Smyth Rd., Manchester, NH 03104. Normal working hours are Monday Friday 8:00am 4:30pm. Off-tour work may be needed to access several spaces. Services: The Manchester Veterans Administration Medical Center seeks to hire a qualified vendor to provide annual eyewash and shower testing throughout the campus. The inspections will occur once per year within the first two months of the calendar year. The contract will be awarded with a base year and four follow-on option years. The contractor is responsible for contacting the VA to schedule the inspection dates. The vendor must meet certification standards according to the American National Standard for Emergency Eyewash and Shower Equipment. The vendor shall follow ANSI Z358. The work must be conducted to minimize disruption to VAMC operations. Within one week of completing the on-site portion of the work, the vendor will provide an electronic PDF report on the following: 1. Status of each item inspected including a summary of whether it passed or failed inspection. The vendor s report shall include additional information, such as notes describing any equipment shortcomings, failed or broken equipment, deteriorated equipment, equipment they could not adjust, inaccessible equipment, or incorrect equipment. 2. Pictures of each items. 3. Picture illustrations of any areas of concern or areas that do not pass inspection if possible. 4. Recommended corrective action. Below is a table of items to be inspected: Bldg Flr Room SPACE DESCRIPTION/DEVICE(S) 7 1 G1 Boiler Plant - Combination Unit 1 1 E124 Pharmacy Compounding - Ante Rm - Separate Eyewash and Safety Shower 1 2 E222 Lab - Histology - Combination Unit 1 2 E201 Lab - Pathology - Combination Unit 1 2 W231 Lab - Chemistry - Combination Unit 1 2 Decon Side - Rapicide PA Processors SPS - Combination Unit New building Urgent Care Drench hose set-up New building Urgent Care Drench hose set-up New building Urgent Care Drench hose set-up Facility Annual Testing Requirements: Annual testing of plumbed eyewash and safety showers is performed by the contractor. Specific test methods are listed below. Plumbed Eyewash Unit Connect a flowmeter to the unit to be tested or provide other means of measuring flushing fluid flow. Connect the unit to the flush fluid supply per the manufacturer s instructions at a flow pressure of 207 kPa + 3.4 kPa 0 kPa (30 psi + 0.5 psi -0 psi) Open the valve on the eyewash and verify that it fully opens in one second or less and that it stays open. Throughout the 15 minute test, ensure that the unit is capable of delivering a minimum of 1.5 liters per minute (0.4 gallons per minute) and that the flushing fluid covers the areas between the interior and exterior lines of the eyewash gauge at some point less than 20.62 cm (8 in.) above the eyewash nozzle(s). Plumbed Safety Showers Connect a flowmeter to the unit to be tested or provide other means of measuring flushing fluid flow. Connect the unit to the flush fluid supply per the manufacturer s instructions at a flow pressure of 207 kPa + 3.4 kPa 0 kPa (30 psi + 0.5 psi -0 psi) Open the valve on the unit and verify that it fully opens in one second or less and that it stays open. Determine that the flushing fluid is substantially dispersed throughout the pattern. The flushing fluid column patter shall be at least 208 cm (82 in.) and no more than 243.8 (96 in.) from the surface on which the user stands. Measure the diameter of the flushing fluid pattern 152.4 cm (60 in.) above the surface on which the user stands. The diameter shall be a minimum of 50.8 cm (20 in.). Throughout the 15-minute test, verify that the flow rate is a minimum of 75.7 liters per minute (20 gpm). Emergency Repair Services- Labor The vendor shall provide on call services to include labor costs. The vendor will be able to respond to fix issues within one (1) week. The vendor shall provide service labor as needed for emergency calls for repairs and replacements. If cost exceeds the agreed upon limitation (>$50 per station per year), then a list of repairs required as a result of the inspection will be provided with a cost proposal for the repair one (1) week to the COR. The contractor shall be responsible to make all repairs and adjustments necessary. Emergency Repair Services- Parts & Materials The vendor shall supply minor parts and materials (>$50 per station per year) as needed for necessary upgrades, replacement, and repairs. If cost exceeds the agreed upon limitation (>$50 per lift per year), then a list of repairs required as a result of the inspection will be provided with a cost proposal for the repair within one (1) week to the COR. Repairs shall be completed within two weeks after the need for repair has been identified by the contractor or by the Government. All repairs shall be in accordance with the equipment manufacturer's requirements and/or applicable laws, regulations, codes, etc. All parts and materials shall be of the original manufacturer's design and specification, or equal thereto. The vendors quotes shall be submitted with invoices for COR review and approval. (estimated) General Requirements: Prior to any work commencing in an area, the contractor shall notify the COR of his intention to work in the area and shall schedule a walkthrough with the COR to determine existing conditions. The contractor shall receive all deliveries of materials, equipment, tools, or other goods off of station, and bring them to the job site. The Manchester VA shall not accept deliveries for project purposes. Special care will be taken to secure tools and construction equipment. Work cleanliness must be adhered to throughout the project. Regulations: Occupational Safety and Health Administration (OSHA) requirements including 29 Code of Federal Regulations (CFR) 1910.151 ANSI Standard Z358.1, Emergency Eyewash Equipment VHA Directive 7704(1), Location, Selection, Installation, Maintenance, and Testing of Emergency Eyewash and Shower Equipment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42e7fee5a027401b9950a14030a49be8/view)
- Place of Performance
- Address: Manchester VAMC 718 Smyth Rd, Manchester, NH 03104, USA
- Zip Code: 03104
- Country: USA
- Zip Code: 03104
- Record
- SN06249606-F 20220225/220223230108 (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 |