Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2024 SAM #8300
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE CAPABLE VENDORS DCVAMC SPS Critical Water Preventive Maintenance 5 Year IDIQ

Notice Date
8/16/2024 7:56:07 AM
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0843
 
Response Due
9/2/2024 7:00:00 AM
 
Archive Date
10/02/2024
 
Point of Contact
William Chris Galletta, Contracting Officer, Phone: Respond via email include SAM UEI#
 
E-Mail Address
william.galletta@va.gov
(william.galletta@va.gov)
 
Awardee
null
 
Description
1.0 INTRODUCTION Washington DC VA Medical Center intends to procure critical water treatment and maintenance services under an Indefinite Delivery Indefinite Quantity (IDIQ) 5 Year contract. The objective of this contract is to provide to Washington DC VA Medical Center, 50 Irving St NW, Washington, DC 20422, maintenance and services on the Sterile Processing Services (SPS) critical water treatment systems on behalf of the SPS department in order to maintain it to the standard of ANSI/AAMI ST108. Contractor shall provide all parts, labor, shipping, and transportation necessary to perform services as per the attached price list. For clarification purposes, CO in this contract refers to the Contracting Officer and Site Point of Contact (POC) refers to the Contracting Officer s Representative. Task Orders: The Contracting Officer shall issue a Request for Proposal (RFP) for each requirement identified by the medical center within the scope of this contract. The contractor shall furnish a detailed proposal to the Government, the proposal will consist of unit prices established under this contract and based on maintenance services as outlined in Sections 4 through 9 of the scope of work (SOW). Upon issuance of a task order, the contractor shall promptly commence work specified therein and shall complete the work within the period of performance and price agreed upon. The contractor shall perform no work under this contract unless a written task order has been executed by the Contracting Officer. To the extent of any inconsistency between this contract and any task order, the provisions of this contract shall control. 2.0 SCOPE The Contractor shall provide on-site maintenance, delivery, and repair services necessary to maintain the critical water treatment system supplying the SPS department and equipment in a first-class operating condition and within the standards set by ANSI/AAMI ST108. Contractor personnel will check in and out with the Sterile Processing Supervisor and Healthcare Technology Management POC. Services shall be funded through task orders according to a mutually agreed upon price list. Hours of operation for the Washington DC SPS department are from 6:00 a.m. to 11:00 p.m. Monday through Friday, excluding holidays. Services may be required outside of normal working hours or on weekends to avoid interruptions to Sterile Processing operations. Normal Working Hours DC VAMC s normal working hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any other national holiday as declared by the President of the United States 3.0 EQUIPMENT EQUIPMENT QTY Reverse Osmosis (RO) System Ameriwater HCR04 1 PT401 Anti-Scalant Injection feed system with 30-gallon feed tank 1 DI Tanks 2 In-line prefilter carbon tank 1 185 Gallon Storage Tank with High Flow Pump 1 20-3021 Tank Vent Submicron Bacterial Filter 1 QL-600 Viqua VP600 Replacement UV bulb & Sleeve 2 In line 1 megohm-cm Resistivity monitor 1 In line digital Conductivity Monitor 1 Ameriwater Endotoxin filter 1 Associated plumbing, piping, and valves necessary to the system s delivery of critical water to equipment and point of use 1 4.0 MAINTENANCE SERVICES Preventative Maintenance (PM) shall be performed by a ""fully qualified"" service representative or service technician. PM visits shall include complete inspection and testing of all equipment and shall conform to Original Equipment Manufacturer (OEM) specifications. The contractor shall clean, adjust, and lubricate equipment, determine the nature and extent of any issues, and restore the system to satisfactory service by repairing or replacing defective parts or components. Any calibration procedures or adjustments necessary to assure accurate and reliable equipment operation shall be performed at this time. Sufficient time shall be allowed to permit a thorough inspection and test of each device comprising the overall system. Check feed and product water quality calibration are required annually. Maintenance Service Requests Contractor shall accept maintenance service requests within 7 calendar days of intended service date. Time and date of service will be coordinated through Site POC. Site POC is a Washington DC VAMC Healthcare Technology Management representative. Time and date of service shall be confirmed by SPS Leadership to align with SPS downtime and minimize disruption during normal working hours. Service to be Performed Description: Chemical Disinfection Peracetic Acid chemical disinfection of RO system, storage tank, loop piping in accordance with Manufacturer s specifications Include travel, parts and labor Ozone Disinfection Ozone disinfection of RO system, storage tank, loop piping in accordance with Manufacturer s specifications Include travel, parts, and labor DI Tank Exchange Replace the DI tank Include travel, parts, and labor Carbon Block Filter Exchange Replace the Carbon Block Filter Include travel, parts, and labor Gradient MB Filter Exchange Replace the Gradient Filter Include travel, parts, and labor In-line Carbon Prefilter Replace Inline carbon prefilter Include travel, parts, and labor Tier 1 Service: Chemically disinfecting RO system, storage tank, loop piping Exchange DI tanks Replace carbon block and gradient filters Replace Inline carbon prefilter Include travel, parts and labor Tier 2 Service: Chemically disinfecting RO system, storage tank, loop piping Exchange DI tanks Replace carbon block and gradient filters. Replace Inline carbon prefilter Top off anti-scalant container if needed. Include travel, parts and labor Tier 3 Service: Chemically disinfecting RO system, storage tank, loop piping Exchange DI tanks Replace carbon block and gradient filters Replace Inline carbon prefilter Top off anti-scalant container Replace (4) 50-203 Ultrafilters Replace storage tank vent filter Replace UV light bulbs and sleeves (2 units) Include travel, parts and labor Standard Labor (8am-4:30PM) As needed for repair and/or disinfection not covered in Tier Services or PM service. After Hours Labor (4:30pm-8am) As needed for repair and/or disinfection (executable through notice to proceed from CO while MOD exercised) Emergency Service (Same Day) As needed for repair and/or disinfection (executable through notice to proceed from CO while MOD exercised) Parts Parts List (or equivalent) 20-5105    Chlorplus Carbon Block Filter, 10 micron, 4.5"" x 20""  279-20-005   50-203 FiberFlo Hollow Fiber Cartridge Ultra Filter, 20""  0.05 Micron, 222 O-Ring 20-3021   Tank Vent Submicron Bacterial Filter Cartridge, 0.2-micron, 2.5"" x 10"", DOE S600RL-HO UV Bulb replacement for Sterlight SC-600 / VP600 QSO-600 UV Quartz sleeve for Sterlight S600RL-HO SC-600 / Viqua VP600 QL-600 Viqua VP600 Replacement UV bulb & Sleeve Kit MB-45200-05   4-1/2"" x 20"" Neo-Pure MB Gradient Filter, 5 Micron DI TANK - High Purity - 9x42 or 9x48 Portable Exchange Carbon Tank - 10x54 20-5105 Chlorplus Carbon Block Filter, 10-micron, 4.5"" x 20""  50-203 AmeriWater Ultrafilters 95-0013 Peracidin , 4 (1) gallon Containers DI-2101C DI Regeneration Certificate, Standard 50-203 AmeriWater Ultrafilters must be purchased from authorized dealer. d. Disinfection Disinfections of the system shall be in line with best industry practices, manufacturer s recommendations, and ANSI/AAMI ST108. Contractor shall provide the disinfection procedure to the VAMC for approval prior to each scheduled disinfection. The disinfection procedure shall be approved by the Site POC for each specific component of the critical water system [water treatment equipment (e.g., RO, DI, storage tanks, etc.) and the distribution loop]. The procedure at a minimum shall include the following: on-site personnel qualifications, disinfection procedure, type of disinfectant, concentration level, contact time, and system flushing procedure post-disinfection. Increased concentration of chemical disinfectant levels and/or change of chemical disinfectant may be necessary for addressing persistent microbial levels in the system. Contractor shall provide a post-disinfection report to the Site POC that includes type of disinfectant used, concentration level [at each point of use, periodically recorded (will vary based on contact time)], contact time, and validation of disinfectant removal from the system prior to the system turn over for facility use. Chemical Disinfection: Disinfection of RO system, storage tank, and loop piping using peracetic acid Ozone Disinfection: Disinfection of RO system, storage tank, and loop piping using ozone 5.0 EMERGENCY SERVICE (Same Day) For each emergency service visit, initiated at the request of the Site POC, the Contractor shall furnish all labor, parts, consumables, and travel necessary to correct any equipment malfunctions and return equipment to operational condition. If a part, material, component, or service is not included on the price list, the Contractor shall provide relevant pricing to the site POC for submission to receive a separate PO prior to commencing/resuming work. Any services done without an associated Purchase Order/Task Order shall be at the Contractor s own cost. After each service call, the Contractor shall submit documentation per the Reports and Documentation section below. Four (4) hour response time during Normal Working Hours is required. Response time is defined as time the contractor is first notified until time contractor arrives on station. Telephone response is 30 minutes. 6.0 PARTS The contractor shall ensure availability of all parts that meet or exceed the original manufacturer's design. Equipment downtime will not be increased due to non-availability or slow delivery of parts. Parts shall be made available within three (3) calendar days to make necessary repairs. 7.0 EXCLUDED SERVICES a. Contractor will not be obligated to provide services for damage or destruction of equipment where such damage or destruction is: A result of or caused by fire or explosion of any origin, riot, civil commotion, aircraft, war, or any Act of God including but not limited to lightning, windstorm, hail, flood, of earthquake Caused by the VAMC misuse or abuse of such instrument Contamination due to spillage; Interpretation of data; Installation of unauthorized field modifications; b. In the event of service/parts/components being required that are not covered under this contract the Contractor shall submit pricing to be included into the contract for subsequent task orders so long as it is within the intended scope of the contract as determined by the CO. c. The contractor is not responsible for daily monitoring of conductivity or daily visual inspection of equipment as called for in ST108; these will be performed by VA staff. Contractor personnel are responsible for a visual and general inspection whenever they are onsite performing any other services. 8.0 SPECIAL WORK REQUIREMENTS The Contractor shall provide the Site POC with a phone list for POCs with alternates in the event of unavailability of primary POCs. Upon receipt of a task order the Contractor shall submit a schedule of work to the Site POC within 5 business days. The plan shall contain a schedule detailing when preventative maintenance, routine, and periodic service are to be performed. Contractor shall indicate need for sampling (i.e., post-repair, disinfect) and recommended schedule for sampling in plan to allow time for Site POC to coordinate sampling efforts. Should the contractor elect to change the work schedule during the course of the contract, a revised work plan shall be submitted to the Site POC for written approval prior to any schedule changes. Contractor shall perform service repair/preventative maintenance to industry standards and ANSI/AAMI ST108. Contractor shall obtain and make available to its field service personnel all operational and technical documentation such as operation and service manuals, schematics, and parts lists necessary to meet the performance requirements of this contract. No work will be allowed on equipment for which the contractor s service representative does not have technical documentation. 9. COMPETENCY OF PERSONNEL Each respondent must have an established business, with an office and full-time staff. The staff shall include a ""fully qualified"" field service engineer. The Firm shall have at least three years experience across multiple facilities within 200 miles of service location in maintaining equivalent systems in sterile processing settings in a healthcare sterile processing environment in accordance with AAMI Standards. The contractor shall provide proof of past performance and references to demonstrate customer satisfaction and technical competency completing the work identified in this SOW. Contractor shall ensure that only fully qualified field engineers and technicians (FQFET) perform any and all work under this contract. FQFET have completed Original Equipment Manufacturer (OEM) or comparable third-party service schools for the above-mentioned equipment and can provide proof of completion upon request. Proof of completion shall be provided in writing no later than 5 business days from request. Proof of competency shall be provided for each representative of the contractor prior to them providing any services for which competency is required. Fully qualified is based upon training and on experience in the field. For training, the field service engineer(s) has successfully completed a formalized training program. For field experience, the field service engineer(s)/technician should demonstrate specialized experience with respect to scheduled and unscheduled preventive and remedial maintenance. Field service engineer(s)/technician shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by ""fully qualified"" competent field service engineer(s)/technician. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved field service engineer(s)/technician The Contracting Officer may authenticate the training requirements, and request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing the equipment. The Site POC specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment. Contractor shall demonstrate that it follows standard operating procedures (SOP) for test disinfection, they shall provide their SOP for disinfection and sample requirements prior to award, this SOP must explicitly state steps to be taken and be in line with industry best practices for system disinfection. Personnel must demonstrate they are able to meet response time requirements through proximity to the facility. 10.0 REPORTS AND DOCUMENTATION The Contractor shall provide all reports to vhawashtm@va.gov within 5 business days: The field service report shall include all costs associated with accomplishing repair and/or maintenance to include parts, supplies, labor hours, and labor rates. At minimum, the report shall contain the following information: service technician name, date, time, equipment unit number, problem reported and discovered, action taken, beginning and completion time. This field service report shall be submitted to vhawashtm@va.gov for review prior to invoice submittal. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment will be made in arrears, and upon receipt of a properly prepared invoice: References the period for which payment is due and exactly matches submitted written field service report. Itemizes all services rendered, labor costs, and the equipment serviced, as appropriate. Identifies problem and identified cause, as appropriate. Lists the contract number and/or assigned purchase order number. Includes the correct payment address. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/260946cc82364564933802316728278d/view)
 
Place of Performance
Address: Department of Veterans Affairs DC VAMC 50 Irving St, Washington, DC 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN07174532-F 20240818/240816230117 (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.