Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2014 FBO #4710
DOCUMENT

66 -- Cage and Rack Washer for Research Animals - Attachment

Notice Date
10/15/2014
 
Notice Type
Attachment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC Manchester;718 Smyth Road;Manchester NH 03104
 
ZIP Code
03104
 
Solicitation Number
VA24114Q1000
 
Archive Date
12/14/2014
 
Point of Contact
Vicki Clements
 
E-Mail Address
Contract Specialist
(vicki.clements@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. It is neither a solicitation announcement nor a request for proposals or quotes and shall not obligate the Government to award a contract. The purpose of this Sources Sought Announcement is for market research to gain knowledge of potential qualified sources interested and capable of fulfilling the contract. General Information The Providence VAMC intends to purchase a Rotary Spray Cage Washer for the automatic processing of cages, racks, bottles & utensils used in the care & housing of research animals. The following are the minimum salient characteristics that must be met: SIZE "Must be pit mounted on concrete floor (12" deep) "Cannot exceed physical dimensions of 80"W x 93"L to accommodate current pit. "Equipment must be delivered through existing entryway which measures 59 3/4"W X 93"L FEATURES "Oscillating spray pattern of machined jets. Adjustable spray pattern. "Control system that monitors and automatically controls all process operations and functions. -Touch screen operator interface to allow initiation, programming and monitoring capability. -Processing cycles programmed and named according to user preferences. -The cycle phase times, temperatures and other key process parameters must be programmable. "Standard cycle phase shall include at least: -Pre Wash -Wash (Detergent) -Wash (Acid) -First Rinse -Second Rinse -Exhaust (Steam Extraction) -Optional- Rinse 3 and 4 "Drain Water Cooling System: Washer to be equipped with a cold water inlet valve, integral with the drain line for direct cold water injection during drain stage. "Two dedicated chemical dosing pumps (detergent and acid) CONSTRUCTION "Stainless steel fabrication. "Washer should be insulated with full thermal and acoustic insulation. "Must have double doors. "Chamber doors should be double-wall stainless steel construction, insulated with thick fiberglass/ polystyrene insulation, and equipped with double-bulb sealing gasket, safety exit hardware and a tempered glass observation window. "Chamber floor to be heavy-duty stainless steel grating covering. Grating should be sectionalized. "A self-cleaning drain filter / strainer. Automatically flush debris to the building drain when drained. "All valves shall be controlled by pneumatic operators. "Pneumatically operated vent damper. (Will connect directly to facility HVAC) "Must have an Incoming Utility Gauges to monitor incoming steam pressure, hot & cold water, and air pressures "Must have sampling port to allow sampling of the treatment solution while in detergent or acid cycle. "Chamber Sump should include stainless steel steam coil heating. "Interior illumination of the wash chamber "Recirculated piping, pumps, and components to be stainless steel "Modular construction to allow disassembly of unit into sections. ACCESSORIES "Spindle cart to be included. SAFETY "Safety features to include: -Two safety bars/cables inside chamber (positioned one on each side of interior walls) that when pulled will immediately stop washer operation. All doors must open when pulled. -Doors to be equipped with self-deflating or explosion-relief type safety latches that will readily open when pushed from inside the chamber -Emergency stop button(s): Washer to be equipped with an external emergency stop button that automatically stops operation of the washer when pressed -Posted instructional signage, readily visible and easy to read and comprehend in an emergency situation. SERVICE "On-site Operator and Maintenance training. "Minimum One year warranty to include parts and labor. "Minimum of 2 Operating and Maintenance manuals. DELIVERY "FOB: Destination "Vendor shall: Assemble cage washer Place cage washer in pit INSTALLATION/REMOVAL There is the possibility that this will be a turnkey operation, with the contractor responsible for deinstallation and removal of existing old equipment and full installation of new equipment to include connection to the existing plumbing, air compression, exhaust and ventilation, etc. as needed. "The contractor would provide all labor, materials, and equipment required for the removal of existing equipment to include tear down of unit into components and removal. "The contractor would provide all labor, materials, and equipment required for the unpacking, assembly of components, installation and set-up of new unit. "The contractor would make all utility connection to existing VA utilities including, electric, steam, water, drainage and exhaust. Delivery and Place of Performance: Site Survey may be authorized for 1 day only for contractors to see the facility location in order to determine appropriate equipment and scope of the work. The contractor shall propose equipment based on the currently available capability of utilities (water, electrical, etc) and existing space. Equipment delivery is at the following VA facility: Providence VAMC 830 Chalkstone Ave Research Service (151) Providence RI 02908-4734 Requested Response: Submit a brief description of the proposed equipment with or without complete services. Any experience in performing these services to the VA or other government agencies should be included. Responses to this notice should be emailed to Vicki.Clements@va.gov. Written responses must be received no later than 3:00 PM (EST), October 22, 2014. Point of Contact(s): Vicki Clements Contracting Specialist 603-624-4366 X5837 Vicki.Clements@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MaVAMC608/MaVAMC608/VA24114Q1000/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-14-Q-1000 VA241-14-Q-1000.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1680997&FileName=VA241-14-Q-1000-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1680997&FileName=VA241-14-Q-1000-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Providence VAMC;830 Chalkstone Ave;Animal Facility, Building 9;Providence RI
Zip Code: 02908
 
Record
SN03550762-W 20141017/141015234436-dd8752662722ee3e7bd67ce230c8a302 (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 |
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.