DOCUMENT
36 -- Steam Quality Monitor System For components of sterilization processing system used to sterilize reusable medical equipment - Attachment
- Notice Date
- 1/19/2018
- Notice Type
- Attachment
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;76 Veterans Avenue;Bath NY 14810
- ZIP Code
- 14810
- Solicitation Number
- 9327
- Response Due
- 1/26/2018
- Archive Date
- 3/27/2018
- Point of Contact
- Edward Lyke
- Small Business Set-Aside
- N/A
- Description
- This is Sources Sought announcement only this is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified vendors with special interest. No solicitation is being issued at this time. 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. The U.S. Department of Veterans Affairs, Network Contracting Office 2, and the VA Medical Center in Albany, NY anticipate a purchase order for the following: Steam Quality Monitor System Armstrong Steam QM-3* - See Statement of Work (SOW) The appropriate NAICS Code is 333914 Measuring, Dispensing, and Other Pumping Equipment Mfg This procurement is for new items only; no remanufactured or "gray market" items. All equipment must be covered by the manufacturer's warranty. Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Responses should address how you will meet the Government's needs and provide a brief capability statement. All vendors that are interested in meeting this requirement are asked to submit the following information as well: 1) Company Name: 2) Company Address: 3) DUNS Number: 4) Company POC Name: 5) Company POC Phone: 6) Company POC Email: 7) Company Website: 8) Business type: (Large, Small, Woman-Owned, VOSB/SDVOSB, etc.): Please identify your company's small business size standard and applicable NAICS code. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Note: If claiming SDVOSB or VOSB, the firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification. A formal RFQ may be issued upon receipt of information pertaining to this Sources Sought Notice. If you are capable of meeting the requirement, please send your responses via email NLT 4:00pm on Friday, January 26, 2018 to Edward (Pete) Lyke, Contracting Officer, at edward.lyke@va.gov. DO NOT SEND QUOTES AT THIS TIME CONTINUATION PAGE STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR): Name: Section: Address: Stratton VAMC Albany Phone Number: Fax Number: E-Mail Address: 2. Contract Title: Steam Quality Monitor System - Stratton VA Medical Center, Albany, NY 3. Background: The Stratton VA Medical Center in Albany, New York requires a steam quality monitor system which monitors the clean (RO produced) steam quality of several units used to disinfect reusable medical equipment (RME) in the Sterilization Processing Section (SPS) of the facility. 4. Scope: The Stratton VAMC in Albany, NY is seeking to purchase a steam quality monitor system that meets the clinical, functional, and performance specifications specified in this Statement of Work (SOW). The Stratton VA Medical Center shall only consider new, latest-generation steam quality monitor system. Refurbished or remanufactured units are not acceptable. 5. Specific Technical Elements: The proposed steam quality monitor shall meet the following Albany VA Medical Center technical requirements. 5.1 The proposed steam quality monitor system shall be the Armstrong Steam QM-3 model (see attached) or equal - see Brand Name or Equal clause below* 5.2 Monitors steam dryness, superheat, and non-condensables 5.3 Must be accurate within +/- 1% of steam dryness and has a sensing range of dryness fraction 85-100%, amount of super heat 0-90oF and NCG of 0-15%. 5.4 Will alarm should the following user programmed parameters fail to be met: Steam Dryness (97-100%) / Non Condensable Gases (NCG) less than 3.5% v/v condensate and the amount of Superheat should be less than 77oF 5.5 Simple Plug and Play installation 5.6 RS485 connection for data logging using regulation compliant device 5.6 Must track continuous measurements to provide trending data over time 5.7 Cannot be any larger than 24 wide x 40 tall x 7.5 deep as this is being planned for installation into an area that rather tight for space 5.8 Must be considered a plug and play portable unit with a clean connection / disconnection / reconnection 6. Performance Monitoring: N/A 7. Security Requirements: N/A 8. Other Pertinent Information or Special Considerations: a. Identification of Possible Follow-on Work: N/A b. Packaging, Packing and Shipping Instructions: Packaging will be such that no damage will occur during shipment/delivery. Delivery will be made to the warehouse loading dock and physically received by logistics personnel. c. Inspection and Acceptance Criteria: Equipment will be inspected for damage upon arrival at the VA Medical Center in Albany, NY. Damaged equipment will not be accepted and will be returned at no cost to the government. 9. Place of Performance: Department of Veterans Affairs Stratton VA Medical Center 113 Holland Avenue Albany, NY 12208 *852.211-73 Brand name or equal BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BaVAMC/VAMCCO80220/9327/listing.html)
- Document(s)
- Attachment
- File Name: 9327 9327.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4028803&FileName=9327-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4028803&FileName=9327-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 9327 9327.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4028803&FileName=9327-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Stratton VA Medical Center;113 Holland Avenue;Albany, NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN04794541-W 20180121/180119230920-04e047634fa319947e65c1f3090c78b9 (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 |