Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2022 SAM #7674
SOURCES SOUGHT

J -- Elga Reverse Osmosis PM & Service

Notice Date
12/2/2022 7:05:23 AM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0196
 
Response Due
12/17/2022 8:00:00 AM
 
Archive Date
01/01/2023
 
Point of Contact
Veronica Maskell, Contracting Officer, Phone: 318-990-4090
 
E-Mail Address
veronica.maskell@va.gov
(veronica.maskell@va.gov)
 
Awardee
null
 
Description
Elga Reverse Osmosis PM & Services Southeast Louisiana Veterans Healthcare System (SLVHCS) New Orleans VA Medical Center / Surgery Department New Orleans, LA 70119 THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/ Sources Sought Notice only and is issued in accordance with Federal Acquisition Regulation (FAR) 10 Market Research, in order to conduct market research. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this RFI does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future modification. The Southeast Louisiana Veterans Health Care System (New Orleans VA Medical Center) located at 2400 Canal Street, New Orleans, LA 70119 is seeking a contractor that can meet/exceed the government s objectives for the following requirement: Elga Reverse Osmosis PM & Services. Instruction to Offerors Guidance: This sources sought notice is not a Request for Quote (RFQ)/Request for Proposal (RFP) and no solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or to ultimately award a contract, nor does it restrict the government to a specific acquisition approach. Any information provided to the Government as a result of this sources sought notice is strictly voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government s use of such information. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification, Service Disabled/Veteran Owned Small Business. (SDVOSB/VOSB), Hubzone, 8(a), small, small disadvantage, woman owned small business, or large business) relative to NAICS 221310, Water Supply and Irrigation Systems, with a small business size standard of $36 Million. The Product Service Code (PSC) is J046, Maintenance, Repair, and Rebuilding of Equipment- Water Purification and Sewage Treatment Equipment. NAICS code 221310, shall be represented in contractor s System for Award Management profile registration prior to award. This Sources Sought Notice is intended to identify eligible contractors in any socioeconomic category who can support this requirement. An eligible contractor is a contractor who possesses the qualifications, capability, and relevant experience to meet/exceed the government s Statement of Work for this requirement. Instructions for Submission: Interested contractors shall respond by e-mail only to Veronica Maskell, Contract Specialist veronica.maskell@va.gov. Responses are due no later than Saturday, December 17, 2022, by 10:00 a.m. Central Standard Time (CST), New Orleans, LA. Respondents shall include as part of their submission: Submit a brief summary (five (5) pages or less) explaining relevant experience, relevant past contracts, and applicable qualifications/capabilities (as it pertains to Elga Reverse Osmosis PM & Services) must be included. BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: - Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) - If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business - If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act - Indicate if your firm is a certified Hub zone firm - Indicate if your firm is a woman-owned or operated business - Indicate whether your business is large or small - Include the DUNS number of your firm. - State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in the System for Award Management (SAM). To receive award based on SDVOSB or VOSB status you must be registered in the VetBiz Registry. PERIOD OF PERFORMANCE: Base Period- January 1, 2023 December 31, 2023 Option Year One (1) - January 1, 2024 December 31, 2024 Option Period Two (2)- January 1, 2025 December 31, 2025 Option Period Three (3)- January 1, 2026 December 31, 2026 Option Period Four (4)- January 1, 2027 December 31, 2027 Statement of Work Specialized Water System Preventive Maintenance Elga Reverse Osmosis PM & Services Southeast Louisiana Veterans Health Care System New Orleans, LA 11/4/2022 PURPOSE The overall purpose of this sow is for PM Services on clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System (SLVHCS) for Research at 2400 Canal St., New Orleans, LA 70119. The system is necessary to produce clinical laboratory grade water, which is used to prepare reagents, clean instrument parts, dilution of patient samples, prepare instrument and cage cleaning solutions and provide water for tissue sample processing. SCOPE The Contractor shall conduct an annual maintenance visit, including mechanical, hydraulic and electrical checks of the system. The contractor shall provide comprehensive checkups of the system specifications and operational functions. The contractor should: Perform a full on-site factory preventative maintenance service, including: · Check electronics · Verify sensor readings at each modular stage · Verify dispense functions · Test for any leaks · Check alarm set-points and reminders · Optional: Sanitization (additional 2 hours labor) The contractor shall provide on-site operator training for the ELGA system (as required). The contractor shall test and make sure auditable service operating procedures are correct. Contractor shall also make sure software and firmware is updated as required by manufacture. The contractor will provide unlimited troubleshooting/repair visits during normal business hours of Monday Friday, 8am 5PM. The contract shall contain one (1) base year plus four (4) one-year extension options. During the repair and maintenance, all equipment and installation must meet manufacturers and VA specifications. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment, including a pallet jack if required, for transport from the loading dock. The following equipment the vendor will be responsible for conducting repairs and maintenance are: Name of Equipment Manufacturer Model Serial Location Centra R120 (2) Centra R120 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006782 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006781 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00007066 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00007040 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00007068 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006765 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006886 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC000068768 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006671 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00007042 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006885 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006792 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006791 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00006887 Research Building (08) Purelab Flex Veolia PF3XXXXM1-US FLC00007273 Research Building (08) WORK TASKS Purelab Flex RO Required repairs on system include the following: Correct water production quality issue. All ancillary systems dependent on water supply register unacceptable levels in water purity. Repairs are needed on system to correct this element. The vendor shall perform a full on-site factory preventative maintenance service including: Check electronics Verify sensor readings at each monitor stage Verify dispense functions Test for leaks Check alarm set-points and reminders Replace/Repair broken items Comprehensive checkup of system specifications and operational functions. Replacement or worn parts using a system-specific maintenance kit. Auditable service operating procedures. Software and Firmware updates. PERIOD OF PERFORMANCE Base year: January 1, 2023 December 31, 2023. Option year 1: January 1, 2024 December 31, 2024 Option year 2: January 1, 2025 December 31, 2025 Option year 3: January 1, 2026 December 31, 2026 Option year 4: January 1, 2027 December 31, 2027 All work shall be completed and all reports submitted after services has been completed. All work shall be completed between 8 a.m. and 5:00 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of repair hours. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. The Contractor shall remove all related shipping debris and cleanup any construction associated with maintenance of the specified equipment. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. SITE CONDITIONS There shall be no smoking, eating, or drinking inside the hospital at any time. Masks are always required while on premises inside of the building. Contractors will submit to screening at entry check in points. Screening may include but is not limited to: temperature taking, questions concerning medical conditions or symptoms as it relates to COVID-19. Contractors will not be permitted on site if screening responses dictate. Screening is to be conducted every day. Work will be occurring in an active lab area. The contractor shall take every precaution to preserve the work area including but not limited to prevention of specimen or container contamination. Contractors will always be escorted unless they have a non-PIV badge. No contractors will be permitted into the Research Laboratory without an Engineering escort at any time, regardless of badge status DELIVERABLES Reports The vendor shall provide detailed reports on all equipment giving the status of any deficiencies that may be seen while performing preventive maintenance on said equipment. The contractor shall provide one (1) electronic report outlining the following at a minimum: All work that has been completed on each unit Deficiencies corrected Certification of the staff working on the equipment Printed name of technician completing the report Signature of the technician completing the report Date of the report Service completion date Parts and materials used to complete the repair and maintenance Hours utilized by the technician to complete the work The equipment being work on Manufacturer Model Number Serial Number Report Format Font: Times New Roman or Arial Color: Black Font Size: No smaller than size 8 font, no larger than size 12 File format: PDF Reports shall be delivered no more than five (5) calendar days after completion of all work. Invoicing The contractor shall submit a pre-submission of the invoice to the same VA report staff prior to submission for review. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. CONFIDENTIALITY AND NONDISCLOSURE The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Security Requirements: 9.1. Contractors performing work under this contract to obtain a security clearance. The site supervisor will be required to get a non-PIV badge in order to perform work unescorted. 9.2. C&A requirements do not apply, and a Security Accreditation Package in not required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/72cd17a66b1f4e9ba370054f63a750d0/view)
 
Place of Performance
Address: Southeast Louisiana Veterans Health Care System 2400 Canal St., New Orleans, LA 70119, USA
Zip Code: 70119
Country: USA
 
Record
SN06534105-F 20221204/221202230100 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.