Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2017 FBO #5768
DOCUMENT

65 -- ABQ SPS SINK (VA-17-125123) - Attachment

Notice Date
9/6/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
James Vercoe;Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0824
 
Response Due
9/13/2017
 
Archive Date
10/13/2017
 
Point of Contact
james.vercoe@va.gov
 
E-Mail Address
james.vercoe@va.gov
(james.vercoe@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RAYMOND G. MURPHY VA MEDICAL CENTER SPS Equipment Replacement Project STATEMENT OF WORK (SOW) as of 05/15/17 Contract Number: Task Order Number: IFCAP Tracking Number: Follow-on to Contract and Task Order Number: 1. Contracting Officer s Representative (COR). Name: Joseph Mendoza Section: SPS/Logistics Address: 1501 San Pedro SE Albuquerque, NM 87108 Phone Number: 505-256-5414 Fax Number: 505-256-6420 E-Mail Address: Joseph.mendoza@va.gov 2. Contract Title. Raymond G. Murphy VA Medical Center (Albuquerque, NM) request one Power Height-Adjustable Processing Sink. 3. Background. The procurement of new Power Height-Adjustable Processing Sink is necessary as the existing equipment additional processing capacity is required to meet the current and future demand of the Surgery Department. 4. Scope. The overall scope of work is the procurement of a new Power Height-Adjustable Processing Sink in the SPS Department. The selected equipment manufacturer will furnish all necessary equipment as specified. 5. Specific Tasks. Tasks to be completed by the equipment supplier include: Power Height-Adjustable Processing Sink must have/be a: Three sink basins,17 (432 mm) Wide x 24 (610 mm) Long x 10 (254 mm) Deep. Freestanding with self-supporting articulating legs. Reinforcing apron Adjustable-height countertop with Hydraulic-actuated leg lift pistons, operated via a pushbutton controller with user-definable memory presets; sink is power height adjustable between 34 and 42 (860 106mm.) High. Sink Countertop is type 304 stainless steel, 14 gauge, #4 finish Stainless steel legs are type 304 stainless steel, 16 gauge, 2 square. Full-width under-counter shelf is type 304 stainless steel, 18 gauge 4 (102 mm) high backsplash extending the length of the unit. 1/8 high no-drip marine edge on front and sides Sound-deadening coating under countertop and sinks Crumb cup strainers & tailpieces for facility piping connection. Reinforced Drain boards and basins slope to drain. Gooseneck faucet - Consists of two deck mounted, hot and cold water mixing faucets with 8 swivel gooseneck and rose spray nozzle. Pre-rinse/Gooseneck combo - Consists of two deck mounts, flexible hose w/stainless steel spring, built-in check valve with add-on gooseneck faucets. Pre-rinse assembly has anti-microbial treated grip and handle. Treated (DI) faucet A self-contained tin-lined renewable compression unit Air Gun Compact hooked body, with lever trigger. Includes 5 spray tips, 8 coiled air supply hose, and wall clip. Air/Water Spray Gun can used with either compressed air or water. Solid aluminum construction with insulated grip. User-selectable max flow rate. Includes 58 supply hose, universal Luer-compatible spray tip, and wall hook. 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 - Integration Management Control Planning. Deliverables: 6. Performance Monitoring 7. Security Requirements The C&A requirements do not apply, and that a Security Accreditation Package is not required 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). This will be a GFE contract. Serial numbers will be provided at contract award. 9. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. The new equipment shall carry a (1) year parts and labor warranty. Continued training and in-servicing will be available at no cost for the life of the equipment if deemed necessary by SPS Department heads. b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. The COR is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. A demo period or trial is not inspection of a product. 10. Risk Control. 11. Place of Performance. 12. Period of Performance. 13. Delivery Schedule. Yet to be determined
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0824/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0824 VA258-17-Q-0824_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3780212&FileName=VA258-17-Q-0824-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3780212&FileName=VA258-17-Q-0824-002.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: NMVAHCS;1501 San Pedro SE;Albuquerque NM
Zip Code: 87108
 
Record
SN04662690-W 20170908/170906231853-f20ef058f1a73e4464fdb56435effb5a (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.