DOCUMENT
65 -- Steam Sterilizer - Attachment
- Notice Date
- 2/3/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25017Q0282
- Response Due
- 2/10/2017
- Archive Date
- 4/11/2017
- Point of Contact
- Department of Veterans Affairs
- E-Mail Address
-
lthcare
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 3 This "Sources Sought Notice" is to determine sources for providing STEAM STERILIZATION (IUSS)/PREVAC/GRAVITY STERILIZERS FOR OPERATING ROOM as listed below (or Equal) for the Louis Stokes Cleveland VA Medical Center. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals. All responsible sources may submit a capability statement which shall be considered by the agency. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. STEAM STERILIZATION (IUSS)/PREVAC/GRAVITY STERILIZERS FOR OPERATING ROOM Background VAMC Cleveland is requesting the following: 1. Work to be performed in Wade Park Operating Room Sub-Sterile Room 1 & 6/7 2. Work shall be accomplished during evening and weekend hours in order to facilitate patient care. 3. Phased installation will be required in order to keep the Operating Room department open for patient care during renovation. Operating Room is routinely closed except to emergency cases on weekends and holidays. Work performed during normal working hours and off-shift hours shall be coordinated with Assistant Chief, SPS and Nurse Manager, Operating Room. 4. Contractor or Factory Trained Sub-Contractor(s) shall install temporary barriers around work areas and maintain acceptable separation between clean and dirty side of SPS area during equipment replacement. 5. All work shall include all stainless steel fabrication work if needed for proper installation. 6. Contractor or Factory Trained Sub-Contractor(s) shall provide and make utility connections to all new units. 7. Contractor and designated Factory Trained Sub-Contractor(s) are responsible to verify existing utilities correspond with utility requirements of proposed equipment. Proposed equipment with differing utilities shall be modified by the contractor to provide a turnkey installation to the Louis Stokes Cleveland VA Medical Center, Operating Room. 8. Contractor and designated Factory Trained Sub-Contractor(s) shall verify all existing field conditions prior to providing a proposal, and is required to attend a scheduled pre-bid site inspection prior to submission of proposal. Contractor assumes the responsibility of surveying the existing conditions as part of their performance. Specifications Minimal Utility Requirements: It will be the contractor s responsibility to determine if their product will be able to be installed in the existing space and ensure all utility requirements. Steam: ½ NPT, 50-80 PSIG, Dynamic, 97 to 100% vapor quality Drain: 1 ½ ODT Drain Terminal. Electric: 220 Volt, 50/60 HZ, 1-phase, 1.5 Amps Feed Water: 1 NPT, 30-50 PSIG, Dynamic with a Minimum of 40 PSIG for SFPP Sterilizers Contractor shall install all new equipment in Operating Room per the contents of the SOW. Contractor or designated Sub-Contractor(s) shall disassemble/remove/ all existing equipment in Operating room All equipment being offered to the government shall meet the following salient characteristics. Please note the government is requesting two (2) units. All Sterilizers offered must have been validated to sterilize a minimum of three 25lb instrument trays Per AAMI ST-79 standards. Size of unit must be a minimum of 20" x 20" x 38. The government has the option to go with a larger unit that will fit within the existing footprint. Size of rack and two shelves must be a minimum of 20 x 20 x 38 which allows a minimal chamber clearance of 18 for intermediate shelves, and 15 for bottom shelf Must have Single Door. Unit must be fitted for External Supplied Steam (Facility Steam) Must include install of new unit, and disassembly/removal of old unit x 2 Must include Prevac, IUSS, and Gravity Cycles that can be customized to user preference. Must include test cycles to include Leak Test, Dart Warm-Up, and Dart cycles. Equipment must be outfitted with a foot switch for opening and closing the chamber door. Racks within sterilizer must be able to be moved and removed to fit in order to fit taller and shorter trays. Sterilizer must be fitted with a printer and must provide a hard copy print out of sterilization parameters. Request trade-in of existing Sterilizers Training for BIOMEDICAL ENGINEERING for all necessary software/equipment installed. ALL EQUIPMENT MUST FIT IN EXISTING FOOTPRINT AS PROVIDED IN ARCHITECTURAL DIAGRAMS. ANY REQUIRED ADD-ON REQUIREMENT MUST ALSO ENSURE THAT IT MEETS SPACE REQUIREMENTS (I.E. ADD ON CONDENSER EQUIPMENT) ALL EQUIPMENT MUST ALLOW FOR THE FUTURE CONNECTION AND DOWNLOAD TO CENSITRAC SOFTWARE PER VA CENTRAL OFFICE REQUEST. Due to the critical need to have these repairs functioning, contractor must have Factory trained Maintenance technicians available on site between a range of two to four hours after initial request has been placed. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items shall be covered by the manufacturer's warranty. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry should include the following information: name address of company business size (large or small) identify applicable socioeconomic categories and any pertinent information which demonstrates firms ability to meet the above requirement. All responses shall be submitted no later than February 10, 2017 at 10:00AM EST. Responses shall be emailed to: Christopher.Callihan@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0282/listing.html)
- Document(s)
- Attachment
- File Name: VA250-17-Q-0282 VA250-17-Q-0282.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3253446&FileName=VA250-17-Q-0282-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3253446&FileName=VA250-17-Q-0282-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-17-Q-0282 VA250-17-Q-0282.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3253446&FileName=VA250-17-Q-0282-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, Ohio
- Zip Code: 44106-1702
- Zip Code: 44106-1702
- Record
- SN04390641-W 20170205/170203234320-9e3c819b8688c1efaa823aeaec5087e5 (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 |