Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOLICITATION NOTICE

65 -- Equipment - Detroit SPS - Sterilizer Replacement Project

Notice Date
9/8/2023 11:54:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q1171
 
Response Due
9/18/2023 9:00:00 AM
 
Archive Date
10/03/2023
 
Point of Contact
LouAnn Gilliland, Contract Specialist, Phone: 937-268-6511
 
E-Mail Address
Louann.Gilliland@va.gov
(Louann.Gilliland@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (effective 06/02/2023). This solicitation is unrestricted, full and open. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The FSC/PSC is 6515, Medical Equipment and Accessories and Supplies. Requirement The John D. Dingell VA Medical Center, located at 4646 John R. Street, Detroit, MI, 48201-1916 is seeking to replace/upgrade current SPS steam sterilizers. The proposed upgrade equipment of 3 steam sterilizers will allow for a more streamlined process and will increase throughput significantly. By transitioning from single door units to double door units, the SPS team will realize reduced travel time and effort to transport sterile instrumentation to storage. Staff will no longer have to push instrument carts through the Assembly area door. The contractor will provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of the requirement. Space has been preplanned, layout is critical, size of steam sterilizers must meet salient and technical specifications. This solicitation is restricted to domestic end products. All interested contractors shall provide quotations for the following: Supplies/Services . STEAM STERILIZER Vacuum Double Door Sterilizer, 480V, Right Side Service - Qty: 1 . UTILITY CONNECTION PKG, .75 Qty: 2 . LOADING TROLLEY Qty: 2 . Rails for Shelf Rack Double Door Sterilizer Qty: 2 . SHELF RACK, Divided, Includes Bottom Shelves only Qty: 2 . SHELF ITEM, divided Qty: 6 . STEAM STERILIZER Vacuum Double Door Sterilizer, 480V, Left Side Service - Qty: 1 . UTILITY CONNECTION PKG, .75 Qty: 2 . LOADING TROLLEY Qty: 2 . Rails for Shelf Rack Double Door Sterilizer Qty: 2 . SHELF RACK, Divided, Includes Bottom Shelves only Qty: 2 . SHELF ITEM, divided Qty: 6 . STEAM STERILIZER - E Vac, Power DD, Steam, Ejector, Rec 2-Walls, w/Trks for Ldg Car . UTILITY CONNECTION PKG, .50 Qty: 2 . LOADING TROLLEY Qty: 2 . SHELF RACK Load Car - Wire Rack style (complete, with 2 shelf layers - Qty: 2 All products must meet the salient and technical specifications defined in the performance work statement. It is the responsibility of the quoter to demonstrate to the government they can provide a product capable of meeting the minimum salient characteristics. Proposal must include descriptive literature. Requirements of Space The size of the steam sterilizers must meet the preplanned layout. Refer to Attachment 3, Drawing Clarification. Performance Work Statement Section 1 Equipment Justification The purpose of this proposal is to replace the existing two 833 and single 533 units that are currently being utilized in the SPS. The proposed upgrade equipment of 3 steam sterilizers will allow for a more streamlined process and will increase throughput significantly. By transitioning from single door units to double door units, the SPS team will realize reduced travel time and effort to transport sterile instrumentation to storage. Staff will no longer have to push instrument carts through the Assembly area door. Section 2 - Installation Scope of Work Vendor Will: Provide a phased installation always maintaining at least one sterilizer available to be operated during normal business hours 8am 5pm. Provide two phases of infection control barriers for the duration of the work being completed for Construction, Renovation and Maintenance Infection control details Phase 1 One large sterilizer and one small sterilizer. Phase 2 One large sterilizer Vendor shall complete John Dingell VA s infection control risk assessment document and submit for approval within 5 business days of beginning barrier assembly and construction. Refer to Attachment 4, VHA-ICRA-2023-1.0, VHA Infection Control Risk Assessment form Barriers shall include hard walls and HEPA filtration. Soft barriers (e.g., visqueen) can be utilized to fill any gaps In the assembly where required and approved by John Dingell VA Medical Center infection control personnel Barriers to be approved by John Dingell VA Medical Center infection control personnel prior to any construction being started. Remove and dispose of the existing steam sterilizers, water savers, scissor lifts, and scissor lift hydraulic pumps. Disposal off site to be completed within 1 business day of removal. Install the following equipment to manufacturer specifications: Two double door steam sterilizers One double door steam sterilizer Provide all construction rough-in documentation and submittal package for each piece of equipment listed above Installation as noted above shall include: Uncrating of all equipment and accessories Disposal of all shipping material into a vendor provided dumpster Final assembly (if required) of all equipment provided Transportation of all equipment from the loading dock (or secured storage area) to the sterile processing department Set and level all equipment as per approved drawing/equipment submittal Provide new stainless steel to accommodate new equipment Stainless modular walls provided will be up to 50 linear feet which will enclose both sub-sterile and sterile sides of the double door equipment Stainless steel finishes shall include all required service access requirements for the future service of equipment and electrical disconnects Stainless steel modular walls shall be of 304 brushed and polished finish and shall be at minimum 16-gauge quality. Should any changes to the stainless-steel enclosure impact the existing ceiling grid, the vendor shall be responsible for providing labor to install new tiles and grid. Matching tiles and grid shall be provided by John Dingell VA Medical Center. Configure and test all settings and options as noted by the salient characteristics above Completion of all final connections of Cold Water, Air, Electric, Steam, Drain. Any construction work to the existing utility supplies which is required to support the new equipment shall be the responsibility of the vendor Cold Water Shall be connected utilizing copper pipe Connections can be either sweat fitted, threaded, or Pro-Pressed. Existing shut off valves within the service area shall be replaced in their existing location. Existing PRVs on the line shall be re-utilized Air Shall be connected utilizing either ¼ copper or 3/8 poly tubing Existing shut off valves within the service area shall be replaced in their existing location Steam All steam shall be connected utilizing schedule 80 black iron pipe. Existing gate valves shall be replaced in their existing location within the service area Electric Electrical connections are to be completed with copper wire sized to the correct amperage load. All required fused disconnects shall adhere to National Electric Code. New fused disconnects if required shall be installed on column 19 within the service space. Drain Shall be connected utilizing copper pipe Connections can be either sweat fitted, threaded, Pro-Press or No-hub. Existing equipment must be able to be piped to the existing floor drains without any modifications Completion of electrical safety tests on all installed equipment as defined by the equipment manufacturer Final commissioning of the product by a certified technician Vendor to provide all commissioning paperwork to the SPS chief at the time of turn-over Set up of all accessories (wash carts, trolleys, MP-Kits, Scissor Lifts, etc. ) Provide an equipment lull for the offloading of equipment Provide a storage solution for staging of equipment during the installation period to avoid equipment being secured in the dock/warehouse on site. Install new flooring up to the stainless-steel enclosures on both the sub-sterile and sterile sides of the department Sub-Sterile Flooring shall be in the form of epoxy with color to be approved by SPS chief prior to pouring Sterile Up to 20 square feet of flooring shall be provided by John Dingell VA Medical center to match the existing sheet vinyl. Vendor shall be responsible for the installation. Provide training material and quick guides provided for End-Users. Conduct in-service prior to Scheduled Opening Date (SOD). Customer Will: Provide the vendor with 1 dock space throughout the duration of the project. This dock space is to be utilized for both delivery and/or construction dumpster(s) Provide the vendor with a secured protected area for equipment uncrating upon delivery prior to movement into staging area. Ensure utility supplies (water, gas, steam, electrical, network), are available within the immediate service space of the sterilizers and are within required pressure and flow rate specifications denoted on construction documentation Provide drain cleaning, flushing, re-sealing as required Provide environmental resources to terminally clean the construction area after each phase of the installation prior to the removal of barriers Provide six available circuits on 480V panel # LP-CL2 for any new 3phz power needed for the sterilizers. A maximum of 20A on each 3phz circuit will be allowed. Provide the vendor with un-interrupted access to the facility for the completion of install activities listed above Provide for all door openings to be capable of accepting equipment As applicable, obtain necessary licenses or permits, or follow other requirements, to permit installation. Provide matching ceiling tile and grid for any ceiling modifications being made as a result of the new stainless-steel enclosures up to 20 square feet. Provide matching sheet vinyl flooring on the sterile side of the department up to 20 square feet Complete air balancing and testing if required after installation Provide building tolerances (conduit, power, heat, distances, equipment specs, peripheral specs). Provide all necessary infection control risk assessment forms required to be completed Provide matching flooring Exclusions Union wage scale Union supervision (if needed) Any Mechanical, Electrical, and Plumbing corrections or re-work outside of the designated sterilizer service space. All site utility specifications (e.g., pressure supplies, demand requirements, CFM requirements, etc. ) Drain re-work and or flushing Air balancing and testing New or upgraded electrical panels Steam conditioning packages or steam filters. It is assumed that the existing steam supply will suffice to function with the new units. Condensate cooling for traps, filters, etc. Alternate(s) Vendor to procure and install three (3) new backflow prevention devices within the interstitial area above the sterilizers Two (2) backflow preventors shall be 1 and one backflow is to be ¾ . Backflows to be copper All three backflows to be tied to a single rack and drain system with a 1 copper line directed through the slab and to the drain in the sterilizer drain. All work required by other trades should be identified on the quote. PLEASE NOTE: ONE LARGE STERILIZER MUST BE IN OPERATION AT ALL TIMES DURING INSTALLATION OF 3 NEW STERILIZERS, FOR CONTINUED PATIENT CARE. THE ONE LARGE OPERATIONAL STERILIZER WILL INCLUDE FLOOR TO CEILING BARRIERS WITH NEGATIVE PRESSURE TO MAINTAIN INFECTIONAL CONTROL STANDARDS. UPON AWARD OF THIS PROCUREMENT, VENDOR MUST COMPLETE VHA-ICRA-2023-1.0, VHA INFECTION CONTROL RISK ASSESSMENT TO MEET VHA DIRECTIVE 7715. THE ABOVE GENERIC INSTALLATION REQUIREMENTS MAY NEED TO BE ADJUSTED BASED UPON THE AWARDED SELECTED EQUIPMENT. SHOULD THE VENDOR NEED ANY ADDITIONAL INFORMATION TO PROVIDE A QUOTE, PLEASE FEEL FREE TO CONTACT LOUANN.GILLILAND@VA.GOV, AND THAT ADDITIONAL INFORMATION WILL BE PROVIDED. Place of Performance Address: John D. Dingell VA Medical Center 4646 John R. Street Detroit, MI Postal Code: 48201-1916 Country: United States The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023) Addendum to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.214-21, Descriptive Literature (APR 2002) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION) VAAR 852.215-72, Notice of Intent to Re-solicit (OCT 2019) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Services (DEC 2022) Addendum to FAR 52.212-4 FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) VAAR 852.201-70, Contracting Officer s Representative (DEC 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR, 852.204-70, Personal Identity Verification of Contractor Personnel (MAY 2020) VAAR 852.208-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or BPAs (JAN 2023) (DEVIATION) VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) VAAR 852.211-70, Equipment Operations and Maintenance Manuals (NOV 2018) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION) VAAR 852.215-71, Evaluation Factor Commitments (OCT 2019) VAAR 852.219-70, VA Small Business Subcontracting Plan Minimum Requirements (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUN 2023) All quotes shall be sent to the Contracting Officer, LouAnn Gilliland at Louann.Gilliland@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. A comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Submissions should contain your best terms and conditions. The following factors shall be used to evaluate quotations: 1. Technical or Quality 2. Warranty/extended warranty 3. Veterans Involvement 4. Price Refer to Attachment 1, ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES All quoters shall submit the following: Refer to Attachment 2 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 12:00pm on September 18, 2023. Responses should be sent to the Contracting Officer, LouAnn Gilliland at Louann.Gilliland@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact LouAnn Gilliland Contracting Officer Network Contracting Office 10 LouAnn.Gilliland@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d5e560f159d49fbaed7004b9a603357/view)
 
Place of Performance
Address: Department of Veterans Affairs John D. Dingell VA Medical Center ATTN: SPS 4646 John R. Street, Detroit 48201-1916, USA
Zip Code: 48201-1916
Country: USA
 
Record
SN06824617-F 20230910/230908230054 (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.