SPECIAL NOTICE
46 -- Lease of Reverse Osmosis Water Treatment System for Sterile Processing Service
- Notice Date
- 3/16/2018
- Notice Type
- Synopsis
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24218Q9129
- Archive Date
- 5/15/2018
- Point of Contact
- JAMES, EULANDA
- Small Business Set-Aside
- N/A
- Description
- Page 1 of Page 1 of 6 Page 1 of INTENT TO SOLE SOURCE The US Department of Veterans Affairs, Veterans Integrated Service Network (VISN 2), Brooklyn VAMC, NY, intends to award a sole source contract under the authority of 41 U.S.C 253 (c) (1) (FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. to lease arrangement, a Reverse Osmosis (RO) water treatment systems in Sterile Processing Service (SPS) located at the Brooklyn Veterans Affairs Medical Center (VAMC) 800 Poly Place Brooklyn, NY in the High Level Disinfection Room B-112. The unit shall meet the following minimum. MAR COR PURIFICATION MAR COR PURIFICATION located at 14550 28th Ave N Minneapolis, MN 55447. Will furnish all necessary labor, equipment, tools, materials, parts, updates, etc. to provide preventive maintenance, diagnostic service, and repairs to Digital Dental at VA New York Harbor Healthcare System. This action will result in a Firm-Fixed Price contract. This notice of intent is not a request for competitive quotations. There will be no solicitation available for competitive quotes. All responsible sources may submit a capability statement, quotation, which shall be considered by the agency. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Respondents should reference 36C24218Q9129 Notice of Intent. Responses to this notice shall include company/individual name, a service capability statement, including examples of similar facilities for which services have been provided, proof of applicable OEM certifications to provide services on the equipment, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business or large Business). Determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. No telephone inquiries will be accepted. If no viable responses have been received by the closing date of March 21, 2018 at 9:00 AM (EDT), the Government shall negotiate solely with MAR COR PURIFICATION. The point of contact for this action is Eulanda James, Contract Specialist, and email address: Eulanda.James@va.gov. STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS REVERSE OSMOSIS WATER TREATMENT SYSTEM The contractor shall provide and install under lease arrangement, a Reverse Osmosis (RO) water treatment systems in Sterile Processing Service (SPS) located at the Brooklyn Veterans Affairs Medical Center (VAMC) 800 Poly Place Brooklyn, NY in the High Level Disinfection Room B-112. The unit shall meet the following minimum specifications: System shall have sufficient capacity to provide up to 30 gallons per minute of treated water and be equipped with a minimum 55-gallon treated water storage tank. In addition to the reverse osmosis treatment stage, system shall be furnished with pre-treatment including carbon filter, anti-scalant feed and deionizer resin bed. System dimensions shall not exceed 72 length, 36 depth and 72 height. System shall be a qualifying medical device pursuant to International Standards Organization (ISO) quality management standards for medical devices. System shall provide acceptable quality feed water to Steris Reliance Vision Single Chamber Washer/Disinfectors for equipment processing. System shall provide water meeting the quality requirements of VHA Directive 1116(2) Sterile Processing Services and Association for the Advancement of Medical Instrumentation (AAMI) Technical Information Report (TIR) 34 Water for the Reprocessing of Medical Devices. Vendor shall provide: All required maintenance, replenishment of chemicals, troubleshooting and repairs to the reverse osmosis system are to be included in the lease and shall be performed at no additional cost to the Government. Monthly periodic service reports in writing. Delivery, uncrating, final electrical and plumbing connections and commissioning of unit. Utility runs to be provided by VA. Hours of coverage: Will be from 7:00 am through 5:00 pm Monday through Friday, excluding Federal Holidays; all work done outside the normal coverage time should be first approved through the Brooklyn VA Medical Center Chief Engineer at Brooklyn VA. Preventive maintenance should be negotiated, during normal hours, at least two weeks in advance with the Engineering Department. Preventive maintenance will be done at the manufacturer s recommended frequency or greater. b.) Hardware and software upgrades will be scheduled and performed during normal working hours, at no additional charge to the VA. These upgrades are those required for the correct function of the system; not those purchased to enhance function. c.) The contractor will provide all hardware and software necessary for unscheduled repairs. The contractor s field service engineer will respond by phone within 2 hours and respond on site within 24 hours to correct the problem. Uptime requirements, excluding scheduled preventive maintenance, will be 97% of the normal working hours and working days during the term of the contract. All broken parts removed to repair the system will become the property of the contractor. d.) The Contractor shall be responsible for all routine maintenance and sampling and testing to ensure acceptable quality of the treated water supplied by the Reverse Osmosis system. The Contractor is responsible for all scheduled maintenance in accordance with manufacturers schedule for maintenance. All replacement parts for normal wear and tear items shall be covered by this contract and provided and installed at no additional charge to the VA. e.) The contractor must have trained personnel within a 90-mile radius of Brooklyn VA Medical Center, New York, with an adequate spare parts inventory in some area office and proof of manufacturer s or equivalent maintenance training of field service personnel. Each scheduled and unscheduled visit will result in the production of a written report, by the contractor s representative, in a format negotiated between the VA-COR and the contractor. The contractor will always contact the Contracting Officer Representative (COR), at 718-836-6600 Ext. 4560 (after hours, 718-836-6600 x-3000) before and after arrival at the site. PRIVACY REQUIREMENTS All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 The requirement is for specialty water treatment system for the Brooklyn VAMC. Contract Period: Base POP Begin: Date of Award POP End: 03-22-2019 12.00 MO __________________ __________________ 0002 The requirement is for specialty water treatment system for the Brooklyn VAMC. Contract Period: Option 1 POP Begin: 03-23-2019 POP End: 03-22-2020 12.00 MO __________________ ________________ 0003 The requirement is for specialty water treatment system at the Brooklyn VAMC. Contract Period: Option 2 POP Begin: 03-23-2020 POP End: 03-22-2021 12.00 MO __________________ __________________ 0004 The requirement is for specialty water treatment system at the Brooklyn VAMC. Contract Period: Option 4 POP Begin: 03-22-2021 POP End: 03-23-2022 12.00 MO ________________ __________________ GRAND TOTAL __________________ NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9129/listing.html)
- Record
- SN04857585-F 20180318/180316230950 (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 |