SOURCES SOUGHT
Q -- SOURCES SOUGHT - SPS RO WATER SYSTEM
- Notice Date
- 2/15/2024 11:05:33 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24224Q0367
- Response Due
- 2/29/2024 7:00:00 AM
- Archive Date
- 05/29/2024
- Point of Contact
- Kimberly A Wiatrowski, Kimberly Wiatrowski, Phone: 716-862-6391
- E-Mail Address
-
Kimberly.Wiatrowski@va.gov
(Kimberly.Wiatrowski@va.gov)
- Awardee
- null
- Description
- Sources Sought only. This solicitation is a REQUEST FOR INFORMATION only. This Sources Sought Notice is not a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The intent is to award a Firm Fixed Price contract. Place of Performance: Department of Veterans Affairs Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210 Period of Performance: June 1, 2024 to May 31, 2025 with a provision of four (4) option years to expire May 31, 2029 that may be exercised at the discretion of the Government. Purpose and Objectives: The contractor shall provide all necessary labor and materials for SPS Reverse Osmosis Water System Service located at the Syracuse VA Medical Center. Service to include: Monthly service checks Includes verification that all pressure drops across all filters are within posted tolerances, replace filters as required. Verify pressure drop across charcoal filters is within posted tolerances, backflush if required. Review daily maintenance log sheet. Brief COR of any negative performance trends and make recommendations for corrective actions. Quarterly Reverse Osmosis Cleanings and Sanitization of system Clean and sanitize RO unit with acid and alkaline cleaners and minncare Flush system and verify all sanitizing solution is removed from system with test strips. Flush until clear. c) Bacteria Testing in accordance with AAMI Standards (Bi-Monthly) Report bacterial colony counts to the COR. If above AAMI threshold for Sterile Processing RO systems, brief COR of recommended corrective actions. Annually Replace UV lights, sleeves and rings Clean and sanitize RO unit and the entire loop with acid and alkaline cleaners and minncare. Flush system and verify all sanitizing solution is removed from system with test strips. Flush until clear. Provide service reports for all scheduled services Provide charcoal tank and mixed bed De-Ionizaiton (DI) tanks (6) All travel, labor, and all necessary parts (pre-filters, post filters, nephros filters, carbon tanks, and anti-scalant liquid). Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The preventive maintenance shall be in accordance with OEM. All work shall be performed by OEM certified personnel, experienced and qualified to work on the specific equipment. If any offeror can provide OEM certification from Aqua Pure for the purposes of performing preventive maintenance on the equipment named above, please submit proof. Responses should include the following information: Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. A summary of your related capabilities to provide subscription services and access listed above. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or UEI Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 5 pages in a Microsoft Word compatible format. Address your approach to how the subscription would be provided as requested above. Provide no more than five contract history matrices for any contract relevant to this effort. (Include information about current work or work completed within 3 years of date of this notice) For all current or past contracts deemed relevant, provide the following administrative reference information. a. Company/Division Name b. Program Title c. Contracting Agency d. Contract Number e. A brief description of the contract effort, indicating whether it was development and/or production f. Type of Contract g. Delivery Date h. Original Contract & Value and Current Contract & Value i. Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO). Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Response Date: The North American Industry Classification Systems (NAICS) code for this requirement is 541380 Testing Laboratories and Services with a Small Business size standard of $19 million. Any offeror capable of providing this service shall notify the Contracting Officer by email no later than February 29, 2024, 10:00 AM EST. All information is to be submitted via e-mail to: janine.childs@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/91c6705fe01948c8a3bf7975d93771a0/view)
- Place of Performance
- Address: Department of Veterans Affairs Syracuse VA Medical Center 800 Irving Avenue, Syracuse, NY 13210, USA
- Zip Code: 13210
- Country: USA
- Zip Code: 13210
- Record
- SN06968291-F 20240217/240215230059 (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 |