SOURCES SOUGHT
42 -- Fire Department Respiratory Protection Equipment - Altoona
- Notice Date
- 2/28/2022 11:00:38 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0477
- Response Due
- 2/3/2022 9:00:00 AM
- Archive Date
- 05/04/2022
- Point of Contact
- Derrick L. Maruski, Contract Specialist, Phone: 412-822-3374
- E-Mail Address
-
Derrick.Marusk2@va.gov
(Derrick.Marusk2@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 7 of 7 *= Required Field Sources Sought Notice Page 4 of 7 This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking to identify any Small Businesses, mainly SDVOSB/VOSB vendors who can provide Fire Department Respiratory Protection Equipment as listed in the attached Statement of Need for the Butler VA Medical Center located at 325 New Castle Road, Butler, PA 16001 STATEMENT OF WORK (SOW) 1. Contract Title. Fire Department Respiratory Protection 2. Background: This a single contract to purchase Fire Department Respiratory Protection Equipment. The VA Butler Healthcare Fire and Emergency Services utilize SCBA s in Immediate Danger to Life and Health (IDLH) atmospheres for responses to fire, smoke, confined space, and hazardous materials incidents to name a few. Our facility handles approximately forty-seven (47) confined space entries yearly. There are approximately 367 known confined spaces, 113 of them contain an atmosphere not suitable to sustain life whether from hydrogen sulfide, carbon monoxide, oxygen deficient, carbon dioxide, or hydrogen cyanide. Our average call volume has steadily increased to an average of 700 emergency calls annually. The SCBA is life safety equipment needed for firefighters to perform their daily tasks. NFPA 1852 states composite cylinders are to be retired from service fifteen (15) years after manufactured date. Currently, our oldest cylinders are dated June 2009, making the retirement date June 2024. While the need to replace all the cylinders is present, it is also recommended to update the SCBA back plate and components. SCBAs have evolved over the years being built better ergonomically and with better technology to improve firefighter life safety with integrated thermal imaging cameras and improve communications over the years. Having the latest in technology will further enhance our firefighters to have the tactical advantage over smoke and fire conditions and enable us to save lives and property safer and faster. 3. Definitions SCBA Self Contained Breathing Apparatus COR Contracting Officer Representative VA Veterans Affairs NFPA National Fire Protection Association PSI Pounds per Square Inch 4. Scope: Hereafter all items included in the Scope of Work shall be referred to as the Work The above Work is expressly subject to and shall include all terms and conditions set forth herein. Vendor will provide the following itemized list of equipment to VA Butler Healthcare Fire and Emergency Services. A. SELF-CONTAINED BREATHING APPARATUS (SCBA) A.1. SCBA is defined as one SCBA air pack harness. Does not include air cylinder. A.2. All self-contained breathing apparatus will be compliant to NFPA 1981, Standard on Open-Circuit Self-Contained Breathing Apparatus (SCBA) for Emergency Services, 2018 Edition. A.3. All SCBAs will be compliant to NFPA 1982, Standard on Personal Alert Safety Systems (PASS), 2018 Edition. A.4. SCBA Specifications A.4.1. Quantity: Twelve (12) A.4.2. Model: Air-Pak X3 Pro with snap-change A.4.3. Harness Type: Parachute Buckles Pro A.4.4. Operating Pressure: 4500 PSI A.4.5. Belt Type: Standard A.4.6. Regulator: Quick Connect Rectus Fittings A.4.7. EBSS: Universal A.4.8. Airline Option: None A.4.9. Console: PASS with Pak-Tracker A.4.10. Case: None A.4.11. Warranty: As-long-as you own it warranty for back frame, pneumatics, electronics, face piece, and cylinder. B. FACE PIECE B.1. Vendor will supply twenty-four (24) SCBA Face pieces. B.2. Face piece will be compliant with applicable NFPA standards listed in A.2 and/or A.3. B.3. Facepiece Specifications B.3.1. Quantity: Twenty-One (21) B.3.2. Size: Medium B.3.3. Model: AV3000 HT B.3.4. Include Left Side Bracket for EPIC 3 RDI Amplifiers. B.4. Facepiece Specifications B.4.1. Quantity: Three (3) B.4.2. Size: Large B.4.3. Model: AV3000 HT B.4.4. Include Left side Bracket for EPIC 3 RDI Amplifiers. B.5. Scott Sight Thermal Imager Upgrade Kit Only. B.5.1. Quantity: Seventeen (17) B.5.2. Includes: IMD, Thermal Imager, and Nose Cup B.5.3. Include Right side mounting bracket. B.6. Epic 3 RDI Open Bracket for Motorola Radio B.6.1. Quantity: Seventeen (17) B.6.2. Model: EPIC 3 RDI Voice Communication System B.6.3. Capabilities: Bluetooth C. CYLINDERS C.1. Cylinders will be made of carbon composite material with life expectancy of fifteen (15) years. C.2. SCBA cylinders will be made compliant to Department of Transportation (DOT) Standards. C.3. Factory Logo Cylinder C.3.1. All applicable cylinders will receive a Custom Factory Logo on cylinder. This includes all cylinders listed in sections C.4, C.5, and D.3.3 of this statement of work. C.3.2. Vendor will submit logo form to COR listed on page 1 of this document for patch design. C.3.3. Vendor will send proof of design prior to manufacturing cylinders. C.3.4. COR listed on page 1 approval needed prior to manufacturing cylinders. C.4. SCBA Cylinders Specifications C.4.1. Quantity: Twenty-Four (24) C.4.2. Pressure: 4500 PSI C.4.3. Rating: Forty-five (45) Minutes C.4.4. Fitting/Connection: X3SNAP Valve C.5. SCBA Cylinders Specifications C.5.1. Quantity: Six (6) C.5.2. Pressure: 4500 PSI C.5.3. Rating: Sixty (60) Minutes C.5.4. Fitting/Connection: CGA Connection D. Ska Pak AT D.1. Supplied Air Respirators compliant to applicable standards NIOSH approved and compatible with Face pieces. D.2. Quantity: Four (4) D.3. Supplied Air Respirator Specifications D.3.1. Model: Ska-Pak AT Supplied-Air Respirator D.3.2. Harness: Padded Kevlar D.3.3. Egress Cylinder D.3.3.1. Egress Cylinder Pressure: 3000 PSI D.3.3.1. Egress Cylinder Rating: Ten (10) Minutes D.3.4. Connection: Rectus Fitting E. RIT PACKS E.1. Compliant to NFPA 1981, 2018 Edition Standard. E.2. Quantity: Two (2) E.3. RIT Pack Specifications E.3.1. Model: RIT PAK III E.3.2. Include Face Piece: RIT E.3.3. EBSS Equipped E.4. Cylinders E.4.1. Cylinders for both RIT Packs are accounted for in section C.5. 5. Specific Tasks: A. Vendor will provide equipment to specifications listed under Part 4. Scope B. Vendor will provide all documentation of initial flow test results for air packs that require flow testing. C. Vendor will provide necessary owner s manuals for requested equipment, as applicable. D. Vendor may be required to assist RDI and Motorola Radio setup or provide documentation for programming and pairing Motorola APX 8000 XE Radios within two (2) weeks of receiving products. Deliverables (Itemized): A. 12 2018 Edition NFPA 1981 Air-Pak X3 Pro w/ Snap-Change B. 24 4500 PSI, Carbon 45 Minutes Breathing Air Cylinders; X3SNAP Valve with Factory Logo C. 6 4500 PSI, Carbon 60 Minutes Breathing Air Cylinders; CGA Valve with Factory Logo D. 21 AV3000 HT Face Piece w/ Left Side RDI Bracket; Size Medium E. 3 AV3000 HT Face Piece w/ Left Side RDI Bracket; Size Large F. 17 Scott Sight Thermal Imager Upgrade Kit Only: IMD, Thermal Imager, and Nose Cup. G. 17 Epic 3 RDI with Open Bracket for Motorola Radio H. 4 Ska Pak AT with Rectus Fitting w/ 10 Minute 3000 PSI Cylinder with Factory Logo I. 2 RIT Pak III w/ RIT Face Piece and Regulator (Cylinder for unit listed in C.5 ) J. Certification and/or initial Posi-Check Flow Documentation Results of each pack as required. K. Radio pairing information for Motorola APX 6000XEs. 6. Performance Monitoring Provide documentation of all applicable equipment with initial Posi-Flo test results. Provide warranty information for all applicable equipment Provide the all deliverables by delivery scheduled date. 7. Security Requirements: None 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). N/A 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Exchange of masks for size due to a new brand may have different size than we are used to. Pending mask fit test. Appears no difference in cost for different sizes. Majority of personnel wear Medium and anticipate the same with new product. b. Identification of Potential Conflicts of Interest (COI): None Known or Identified c. Identification of Non-Disclosure Requirements: FOUO 10. Risk Control a. Initial operational training may be performed by competent person. b. Any retrofitting for existing equipment may be required and installed at the recommendation of a competent service technician. (Example RGA to X3Snap Ring adapter) 11. Place of Performance: VA Butler Healthcare 325 New Castle Road Butler, Pa. 16001 12. Period of Performance: T.B.D. 13. Delivery Schedule: All items to be received within 6 months of award date. Equipment delivery, and installation must be during the Altoona VA business hours: Monday Friday, 8:00 AM 4:30 PM, excluding government holidays. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339112\, Medical and Surgical Instruments, Equipment and Supplies. The Small Business Size Standard for this NAICS code is 1,000 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code 339112, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number. (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (10) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10. Telephone responses will not be accepted. Responses must be received via email to Contract Specialist at Derrick.Maruski2@va.gov no later than 12:00 PM Eastern Standard Time on February 3, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Derrick L. Maruski, Contract Specialist at Derrick.Maruski2@va.gov 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. 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. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c2bc77e3f514f3c872d940df8a983ca/view)
- Place of Performance
- Address: Department of Veteran's Affairs VA Medical Center - Altoona 325 New Castle Road Butler, PA 16001, USA
- Zip Code: 16001
- Country: USA
- Zip Code: 16001
- Record
- SN06252998-F 20220302/220228230103 (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 |