SOLICITATION NOTICE
36 -- STERILIZER/COMPACTOR
- Notice Date
- 9/15/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Medical & Regional Office Center;2501 W. 22nd St.;Sioux Falls SD 57105
- ZIP Code
- 57105
- Solicitation Number
- VA-263-09-RQ-0373
- Response Due
- 9/23/2009
- Archive Date
- 11/22/2009
- Point of Contact
- Denise HillVA Medical Center
- E-Mail Address
-
CONTRACT SPECIALIST
(Denise.Hill@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- STERILIZER/COMPACTOR SYSTEM This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number: VA-263-09-RQ-0373 is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36. The North American Industry Classification System Code (NAICS) code is 333414 with a size standard of 500 employees. The VA Medical Center in Sioux Falls, SD, has a requirement to procure an exterior combined sterilizer/compactor system for infectious and general hospital waste. The offered system must be a direct fit into the current location of the Sanipak Mark VII Sterilizer/Compactor being replaced. Installation must be made without renovations of the building, driveway, electrical, utility or drainage line. Sterilizer/Compactor Bid Specifications PART 1 - QUALIFICATIONS 1.1 Description: A. The work includes furnishing and installing, for exterior service, complete and ready for operation one Sterilizer/Compactor with one liquid sealed roll-off container. The sterilizer/compactor shall be a unit designed to handle both infectious and general hospital waste. The system shall include an integrated dumper that provides a complete "touch-free" operation. 1.2 Qualifications: A. Manufacturer regularly and presently manufactures sterilizers & compactors as one of its principal products. B. Installer has technical qualifications, experience, trained personnel and facilities to install specified products. C. Manufacturer's product submitted has been in satisfactory and efficient operation at similar facilities. D. There is a permanent service organization, maintained or trained by manufacturer which will render service no later than 24 hours after receipt of notification that service is needed and be capable of providing weekend monitoring and assistance. Submit name and address of service organization. 1.3 Manufactured Products: A. Materials, fixtures, and equipment furnished shall be of current production by manufacturer regularly engaged in the manufacture of such items 1.4 Submittals: A. Before delivery, manufacturer will supply the following: 1) Certificates: a. Manufacturer verifies it presently manufactures proposed equipment as a principal product. b. Installer has technically qualified personnel and facilities to install equipment specified. c. Name and address of service organization. 2) Manufacturer's Literature and data: Sterilizer/Compactor Bid Specifications a. Brochures showing name and address of manufacturer and the catalog or model number of each item incorporated into the work. b. Manufacturer's illustration and detailed description. c. List of deviations from contract specifications. 3) Test Report: A.S.M.E. certified test report on the sterilizer model to be furnished. 4) Installation Drawings: a. Show dimensions, method of assembly, installation and conditions relating to adjoining work which requires cutting or close fitting, reinforcement, anchorage and other work required for complete installation. 1.5 Safety Devices: A. Exposed couplings, motor shafts, gears or other moving parts, shall be fully enclosed and guarded, in accordance with ANSI pamphlet B 15-1, irrespective of height above the floor. 1.6 Sanitation Safeguard: A. Equipment, including fittings shall be designed to prevent backflow of polluted water or waste into the water supply system. 1.7 Electrical Equipment: A. Electrical equipment shall be suitable for use with electrical system indicated on drawings. Provide electrical components including motors; disconnect switches, motor controllers, motor control devices, electrical circuits and electrical connections which conform to requirements of NFPA 70. 1.8 Name Plate: A. Each piece of equipment shall bear a corrosion-resisting steel or anodized aluminum name plate located in a reasonably accessible position, permanently secured. Name plate shall bear the name of the manufacturer, model number and serial number. PART 2 -- PRODUCTS 2.1 Sterilizer/Compactor: Sterilizer/Compactor Mark II-N manufactured by San-I-Pak Pacific, Inc. or EQUAL. (San-I-Pak Pacific, Inc. o 23535 South Bird Road o Tracy, CA 95376) A. Sterilizer: 1) The sterilizer design shall utilize high vacuum combined with saturated steam. The chamber shall be 18 cubic feet with a minimum opening of 32" (diameter); 2) The sterilizer chamber must be able to rotate into 3 positions; loading, sterilization and discharge; 3) Sterilizer chamber doors shall automatically lock once the sterilizer cycle begins; 4) Sterilization time to be initiated only after the preset operating temperature of 270 F is reached; 5) The sterilizer shall be equipped with an automatic strip printer showing the date, time, operator, vacuum, pressure and temperature for each sterilization cycle. The sterilizer shall also be equipped with a digital display which displays each machine function as it takes place. This display shall also alert the operator if there is a system interruption and provide instructions to correct the situation; 6) The sterilizer chamber will be constructed of 316L stainless steel to ensure longer life of the system; 7) The sterilizer operation security shall be maintained by use of key locks and/or security codes (operator identification) on the following functions: a. Automatic sterilization cycle and discharge sequence b. All access doors. c. Main power for the compactor section; 8) The sterilizer must have preprogrammed sterilization parameters to avoid human error resulting in improper treatment. The sterilization parameters must be tamper proof and are not to be left to the discretion of the operator; 9) The sterilizer shall be designed so the sterilized waste can be transferred to the compactor load compartment without additional operator handling. The sterilizer discharge control to be initiated by manual key switch or operator security code which may only be activated when total kill sterilization parameters have been achieved. B. Compactor: 1) The compactor shall be an integral part of the sterilizer/compactor unit and be contained within the same frame work; 2) The compactor shall include a lockable access door to allow general waste to be disposed of directly into the compaction chamber and compacted into the roll-off container; 3) Hydraulic power unit shall be integral with the compactor; 4) The compactor must be available for use simultaneously when the sterilizer is in operation. C. Container: 1) A 20, 30 or 40 cubic yard liquid sealed roll-off container shall be provided with the sterilizer/compactor; 2) The container shall be designed to properly interface with the sterilizer/compactor unit and the under structure compatible with the waste hauling contractor's equipment. D. Utility Requirements: 1) The electrical service of 480 volt 30 amp, 240 volt 60 amp or 208 volt 70 amp, 3 phase domestic voltages, 60 cycles or any 3 phase foreign voltages or cycles shall be supplied, with a local disconnect switch for the hydraulic power unit; 2) The electrical service of 120 volts, single phase shall be provided for the control panel from a 25 amp circuit breaker (40 amps if cold weather heater is supplied); 3) The saturated steam flow rate shall not exceed 300 lbs. per hour, per cycle at a minimum inlet pressure of 65 psig. a. Total steam usage shall not exceed.65 lbs. steam per pound of infectious waste; 4) The domestic cold water service of approximately 3 gpm minimum shall be provided to the condensate tank and wash down hose; 5) A dedicated phone line, separate from the facility's switchboard, shall be installed into the PLC electrical cabinet. The phone jack shall be a standard AT&T plug in type. This will allow for modem communication for diagnostic assistance and 24 hour monitoring. E. Controls: 1) The sterilizers' automatic operations shall be controlled by a programmable logic controller (known as PLC) located within the unit. The PLC shall be a solid state device that is fully programmable, self-diagnostic and contain indicator lights to facilitate servicing and procedure checks. The PLC shall be capable of remote monitoring and reprogrammable via modem. The PLC operation will provide visual display information to personnel using a dedicated display to show current operation, diagnostic assistance and historical data. F. Materials: 1) Corrosion Resisting (Stainless) Steels: a. Plate, sheet and strip: Unless otherwise specified, corrosion-resisting steel flat products shall conform to chemical composition requirements of any series steel specified in Fed. Spec. QQ-S-766. b. Bars, shapes and forgings: Corrosion-resisting steel bars, shapes and forgings shall be in accordance with Fed. Spec. QQ-S-763 and shall be of 300 series in annealed condition. c. Corrosion-resisting steel tubes: Unless otherwise specified, corrosion-resisting steel tubes shall be seamless or welded at manufacturer's option. Tubing shall be in accordance with ASTM A 269. d. Finish: Exposed surfaces shall have a standard polish equal to finish No. 4. e. Corrosion-resisting (stainless) steel shall be hereinafter referred to as CRS; 2) Carbon steel: a. Sheet Steel: Fed. Spec. QQ-S-698 cold rolled, commercial quality sheet steel with No. 1 finish or better; 3) Fasteners: a. Rivets, bolts, nuts, stubs, spacers and metal used for welding shall be the same kind of metal as the material joined where corrosion-resisting metals are joined to each other and other metals, rivets, bolts and materials used for welding shall be corrosion-resisting metal; 4) Materials not definitely specified shall be of the quality normally used by the manufacturer in its standard commercial sterilizers and be free of defects and imperfections which may affect serviceability or appearance of finished product. 2.2 Fabrication: A. Welding: Joints in fabricated equipment shall be welded by an accepted method. Carbon arc welding is not acceptable nor is any process permitting the pick-up of carbon acceptable. Welds shall be strong and ductile with exposed surfaces free of imperfections such as pits, runs, spatter and cracks, and shall have the same color as adjoining surfaces. Welded joints shall be homogeneous with the sheet metal itself. Welding metal shall be of the same composition as the parts to be welded. Where sheet size necessitates a joint, such joint shall be welded. PART 3 - EXECUTION 3.1 Installation: A. Equipment and materials shall be suitable for outdoor installation in the available space, arranged for safe and convenient operation and maintenance. B. Furnish supervision of installation of equipment at construction site by a qualified factory trained technician(s) regularly employed by the equipment supplier. 3.2 Inspection: A. Before shipment from manufacturer's plant and following installation at project site, finished articles shall be thoroughly inspected and tested for compliance with specifications. 3.3 Tests: A. Perform tests under operational conditions in the presence of a Resident Engineer or his/her representative. B. Evidence of malfunction in any tested system, piece of equipment or component part thereof that occurs during or as a result of the test, shall be corrected, repaired or replaced and the test repeated. 3.4 Instruction of Personnel: A. Provide services of a qualified technical person at such time after installation is complete for a period not less than 2 days to instruct designated personnel in: 1) Operation and care of equipment. 2) Preventative maintenance procedures for individual items of equipment. San-I-Pak Mark VI-N Sterilizer/Compactor Bid Specifications Page 7 - 11/18/05 3) Techniques and procedures recommended by the manufacturer to achieve maximum dependable, efficient and economical utilization of the equipment. 3.5 Operating Instructions: A. Provide printed instruction books and parts lists; to be delivered to the Resident Engineer or designee. These manuals shall contain the following: 1) Instructions for the installation, operation and maintenance of the equipment. 2) Wiring diagrams for electrical items and components. 3) List of replacement parts, with the name and part number of each, properly identified. 3.6 Protection to Fixtures, Material and Equipment: A. Tightly cover and protect fixtures and equipment against dirt, water and chemical or mechanical injury. Thoroughly clean interior and exterior of fixtures, materials and equipment at the completion of all work. 3.7 Service: A. Must have an organized service department, fully factory trained, capable of performing needed repairs within 24 hours of notification. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1, Instructions to Offerors- Commercial Items (June 2008); 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)copy to be submitted with your quotation; 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Aug 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-28, Post Award Small Business Program Rerepresentation (April 2009) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Feb 2009) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.S, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration; and the following VAAR 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, Warranty 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Responses shall include technical specifications, descriptive material, and other such information corresponding to each minimum required item, which demonstrates the Offeror's capabilities, and shall identify where the offered service meets or does not meet each of the Governments functional and performance minimum specifications listed herein. Quote is due by 4:00 pm CT on Wednesday, September 23, 2009. Quote may be mailed, faxed or emailed to Denise Hill at the Department of Veterans Affairs, Contract Management (90C), 2501 W 22nd Street, Sioux Falls, SD 57105. Fax: (605) 333-6829, or e-mail: denise.hill@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA-263-09-RQ-0373/listing.html)
- Place of Performance
- Address: VA Medical Center;2501 W 22nd ST;Sioux Falls, SD
- Zip Code: 57105
- Zip Code: 57105
- Record
- SN01955218-W 20090917/090916001202-4e5fd6b74efd167ab2af6ae341bdc09f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |