Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2023 SAM #7837
SOURCES SOUGHT

J -- Reverse Osmosis Water Service VA St Cloud, Minnesota Sources Sought

Notice Date
5/11/2023 12:34:07 PM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26323Q0655
 
Response Due
5/19/2023 2:00:00 PM
 
Archive Date
08/17/2023
 
Point of Contact
Jennifer Buck, Contract Specialist, Phone: 515-699-5999 x21055
 
E-Mail Address
Jennifer.Buck2@va.gov
(Jennifer.Buck2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice : 36C26223Q0655 Reverse Osmosis Water Service VA Healthcare System St Cloud, Minnesota PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. (1) Purpose: This is a Sources Sought Notice to determine if an adequate number of Service-Disabled Veteran Owned Small Business sources may provide the following requirement: Description: Reverse Osmosis Water Service NAICS: 325998 (All Other Misc Chemical Product and Preparation Manufacturing) SBA Size Standard: 650 employees Product Service Code (PSC): J046 (Maint, Repair and Rebuild of Equip: Water Purification and Sewage Treatment Equipment). Location: St Cloud, Minnesota Department of Veterans Affairs Note: A delivery address is not available for a Sources Sought interest notice. (2) Response Required: The only response required for this notice is: a Yes or No to indicate whether your entity is both capable of and interested in providing a quote for this requirement. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, will not accept unsolicited offers in response to this notice.  (3) Response Instructions: Send via electronic mail (ONLY) before 4:00pm Central Standard Time (CST), on 05-19-2023 to: Jennifer Buck Contracting Specialist E-mail: jennifer.buck2@va.gov Submit a Capability Statement indicating interest and capability to provide the product. The response shall include: Business Entity Name Legal Business Address SAM.gov Unique Identification Number, DUNS, or CAGE Code Business Point of Contact: Name, Phone Number, and E-mail Address SBA Business Category: SDVOSB, VOSB, we will verify through SAM.gov and Vet Certify (VIP) https://www.vip.vetbiz.gov. GSA Federal Supply Schedule (FSS); if applicable. PROPOSED STATEMENT OF WORK (SOW) Reverse Osmosis Sanitation and Maintenance Services This service is to obtain cleaning, sanitization, maintenance, inspection, and repair services for Reverse Osmosis/ Deionized water system serving the Sterile Processing Service(SPS) located at the St. Cloud Veterans Affairs Health Care System (SCVAHCS), in Minnesota. PERIOD OF PERFOMANCE: One Year (Date of Award 05/31/2024) OVERVIEW The Contractor shall furnish necessary labor, tools, equipment, personnel, and transportation to provide preventative maintenance services to the Reverse Osmosis/Deionized water system. PREVENTATIVE MAINTENANCE SERVICES The contractor shall maintain critical water system by providing preventative maintenance and sanitation services per the manufacturer s specifications and the standards of AAMI TIR34: 2014/R2017. AAMI TIR34: 2014/R2017 is soon to be replaced with AAMI ST108. Below are proposed system preventative maintenance and sanitization recommendations: Re-bed backwashing carbon filter semi-annual Mixed bed DI tank - Quarterly worker tank exchange & tank rotation Endotoxin filters remove/replace semi-annual Pre-sediment filter replacement - quarterly UV bulb replacement - annual UV quartz sleeve replacement - Every 2 years Sanitize entire loop/system -semi-annual 0.2-micron vent filter replacement - annual Calibrate controllers on regular basis - Quarterly check/calibration RO membrane replacement - annual Lab testing results of water system to show sanitization is successful The Re-bed backwashing carbon filter, Mixed bed DI Tanks, and Pre-sediment filter on the list above must be replaced like-in-kind and are currently Culligan owned filter sections. Emergency Services - Maintenance Support: Repairs, parts, and emergency services. This line item is not defined or awarded for a specific repair, part or service and is subject to a not-to-exceed (NTE) ceiling price of $2,000.00 without prior approval/modification from the Contracting Office. The Contractor shall provide all testing, troubleshooting or replacement parts needed to keep the Reverse Osmosis in operating condition as originally designed by the manufacturer. Parts may be repaired or replaced, as the contractor deems appropriate. NO GRAY MARKET or used parts will be used to repair the equipment. Contractor shall furnish the VA POC with a written itemized estimate before making repairs. GENERAL REQUIREMENTS: Services shall be performed during normal business hours Monday through Friday 8:00 am to 4:30 pm, excluding Federal Holidays, unless otherwise authorized by the VA POC. The contractor s personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. Contractor shall ensure adequate COVID safety protocols. Contractor employees shall follow VA guidelines as appropriate, currently required to wear an approved medical grade face mask, which is provided by the door entrance. St. Cloud VA Contractor badge shall be worn by all Contractor employees while working on VA premises. Contractor shall adhere to the VHA tobacco-free campus policy. VA POC or Alternate VA POC is the responsible person for escorting vendor to and from work locations. DELIVERABLES: CLEANING / INSPECTION REPORTS The Contractor Shall: (1). Provide a written invoice or service receipt after each visit which contains (at minimum) : the type of service, date of service, hours on-site, technician s name, and system serviced and provide a copy (for VA POC to sign). (2) Submit a written cleaning and inspection report within ten (10) calendar days after contract award to the designated VA POC. At a minimum, the report shall contain: Building number/physical location of serviced unit Unit inventory identification number IE: VA equipment number, EE or MX label. Date and time of cleaning Method of cleaning used/extent of service or maintenance performed Equipment inspection checklist and comment section for identifying system deficiencies Name and signature of service technician Any defects (if applicable) (3) Submit any lab test results following sanitization within 3 days to prevent down time of the system. CONTRACTOR BADGING and SECURITY REQUIRMENTS The successful contractor shall coordinate with the VA /POC to obtain a security badge for contractor personnel to access the St. Cloud VA facility and perform work. Workers must provide 2 valid form of identification and a copy of their current insurance card to obtain an access badge. Contractors Shall: (1) Display the access badge: Visibly on their person while working in the VA facility. Wear on outer clothing, between the neck and waist, Display on the front of the body with the name side out (clearly viewable). (2) Report loss of an access badge to the VA POC no later than the following workday. (3) Sign in and out of the work area with the VA POC or designated representative. (4) Communicate completion of work with the VA POC.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99c441f9bb2444109902d41fbbc7cb9f/view)
 
Place of Performance
Address: VA St Cloud, Minnesota 56303, USA
Zip Code: 56303
Country: USA
 
Record
SN06680339-F 20230513/230511230113 (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.