DOCUMENT
J -- DIALYSIS and RO Equipment MAINTENANCE - Attachment
- Notice Date
- 6/14/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25917N0672
- Response Due
- 6/23/2017
- Archive Date
- 7/23/2017
- Point of Contact
- Ian Boettcher
- E-Mail Address
-
Contracting Officer
(ian.boettcher@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Eastern Colorado Health Care System Dialysis and RO System PM Services This is a Sources Sought Notice (NOT A SOLICITATION). The Aurora VA Medical Center is seeking potential sources to provide Preventive Maintenance services for MarCor Reverse Osmosis systems. Please direct all questions to ian.boettcher@va.gov General Requirements: SYSTEMS TO BE COVERED 23G Reverse Osmosis Units, Quantity 2 WRO 300H Portable RO, Quantity 3 MHX Portable RO, Quantity 3 2.0 TRAINING REQUIRMENTS a. Refresher Operator Training: The Contractor shall provide annual on-site refresher training. This Refresher Training shall be priced separately at a cost per training session. The training shall include instruction on the care, handling, set-up, and cleaning of the equipment. All necessary travel and lodging shall be included for contractor to train onsite at VA Eastern Colorado Replacement Medical Center. b. Maintenance Training: The Contractor shall provide in-depth biomedical maintenance and plumbing maintenance training for VA ECHCS Facilities Management Staff. This Maintenance Training shall be priced separately at a cost per employee. This training may occur on-site at the VA Eastern Colorado Replacement Medical Center or at the Contractor s training facility. 3.0 MAINTENANCE SERVICES FOR RO SYSTEMS. Contractor shall provide VA ECHCS with a one (1) year maintenance services contract, with 4 option years. Under the maintenance services, the Contractor shall perform preventative maintenance for the RO systems. The Contractor shall provide all parts, labor, and supplies needed to perform the services required. The maintenance contract shall include the services listed below. a. Preventative Maintenance Services: Supplying sterilant for disinfection of the central RO System. Minimum need is 1 case per month. Supply to be provided every 6 months or as needed. Supplying residual test strips. Minimum of 1 bottle needed every 3 months. Supply to be provided every 6 months or as needed. Provision and exchange of pre-filter cartridges. Filters to be exchanged monthly. Supply to be provided every 6 months or as needed. Provision and exchange of endotoxin filters and seal. Supply to be provided every 6 months. Provision of low pH solution for cleaning of the RO membranes. Supply to be provided every 6 months (1 gallon). Provision of high pH solution for cleaning of RO membranes. Supply to be provided every 6 months (1 gallon). Provision and exchange of mixed bed DI tanks. System will have a minimum of 2 DI tanks. Exchange to be performed a minimum of every 6 months. Annual cleaning of the temperature blending valve screen and salt tank. Annual re-bed central RO carbon tanks. Annual calibration of booster pump pressures and expansion tank air pressure. Perform and provide parts for annual Preventive Maintenance on RO Systems per manufacturer guidelines. Rebuild Softener Head: Rebuild pretreatment softener head. This includes a piston assembly and the seals and spacers for the head. Rebuild Carbon Head: Rebuild pretreatment carbon head. This includes a piston assembly and the seals and spacers for the head. Inspect and Replace Vent Filter (this is the filter for the storage tanks) (Includes filter and labor): Contractor will inspect and replace old vent filter with a new vent filter. Inspect and Replace Submicron Pre-UF Filter (this is the filter between the DI tanks) (Includes filter and labor): Contractor will inspect and replace old submicron pre-UF filter with a new submicron pre-UF filter. Carbon exchange/Rental Tanks (Size: 3.6 cu ft): Contractor will remove old carbon tank and replace with new carbon tank. Includes rental and labor. Exchange to be performed a minimum of every 6 months or if there is chlorine break through, whichever is first. Carbon exchange/Rental Tanks (Size: 1.25cu ft): Contractor will remove old carbon tank and replace with new carbon tank. Includes rental and labor. Exchange to be performed a minimum of every 6 months or if there is chlorine break through, whichever is first. All interested firms shall submit a response demonstrating their capabilities with regard to the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely at the Government s discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business (VOSB)/service disabled veteran owned small business (SDVOSB) or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 811219 ($20.5M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 6-23-2017 at 4:30 pm MST POC for this notice is Ian Boettcher / ian.boettcher@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0672/listing.html)
- Document(s)
- Attachment
- File Name: VA259-17-N-0672 VA259-17-N-0672.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3581450&FileName=VA259-17-N-0672-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3581450&FileName=VA259-17-N-0672-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-17-N-0672 VA259-17-N-0672.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3581450&FileName=VA259-17-N-0672-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Eastern Colorado Health Care System;Aurora VA Medical Center;13611 East Colfax Ave;Aurora, CO
- Zip Code: 80045
- Zip Code: 80045
- Record
- SN04544755-W 20170616/170614235431-5057a607828cd4d161c1e3730e81c594 (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 |