DOCUMENT
J -- RFI for Deionized (DI) Water Tank System Rental/Maintenance Base plus 4 Option Years - Attachment
- Notice Date
- 8/9/2018
- Notice Type
- Attachment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Veterans Affairs;Birmingham VA Medical Center;700 South 19th Street;Birmingham AL 35233
- ZIP Code
- 35233
- Solicitation Number
- 36C24718Q9485
- Archive Date
- 9/8/2018
- Point of Contact
- Connie Ganier
- E-Mail Address
-
3-8101
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Synopsis This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but may be issued at a later date. 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 not will it compensate any respondent for any cost incurred in developing information provided to the Government. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables. The size standard for NAICS 491110 is 500 Employees. The Birmingham VA Medical Center is seeking only Service Disable Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB) to provide all labors and materials necessary in the performance of the requirement as provided in the Statement of Work (SOW) below. Interested SDVOSB/VOSB firms are requested to provide their aforementioned information, along with interest and capability statements no later than 17 Aug 2018. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. Submissions to this notice may be emailed to Contract Specialist, Network Contracting Office 7 at connie.ganier@va.gov. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement published separately. See Statement of Work provided below for further details of requirement. CLINICAL LABORATORY DEIONIZED (DI) WATER TANK SYSTEM RENTAL AND MAINTENANCE DESCRIPTION / SPECIFICATIONS / STATEMENT OF WORK 1. INTRODUCTION/BACKGROUND 1.1 Specific Clinical Laboratory Reagent Water (Deionized Water) is required to perform laboratory testing, quality control, calibration, laboratory instrument maintenance, and laboratory glassware washing/rinsing. 1.2 DI water for Birmingham Veterans Affairs Medical Center (BVAMC) Pathology & Laboratory Medicine Service (P&LMS) is used at the time of production, and it is not stored. Therefore, the water is not purchased from an outside source. 1.3 This statement of work defines DI water supplies and services required by BVAMC P&LMS at 700 South 19th Street, Birmingham, AL. 2. SCOPE 2.1 The scope of this effort involves providing, installing, maintaining, and servicing appropriate equipment (tanks, tubing, etc.) in order to ensure a reliable and continuous supply of high-purity DI water for use throughout the laboratory areas. 2.2 This new requirement is expected to begin December 1, 2018 through November 30, 2019 with four (4) one-year option periods. 3. REQUIREMENTS 3.1 The Contractor shall provide any type of equipment he/she chooses, provided the equipment functions optimally, is not unnecessarily bulky or unsightly, meets the critical standards outlined herein for Clinical Laboratory, and consistently delivers high quality water of sufficient quantity to each area of use according to their needs. 3.2 Equipment must fit well within existing Clinical Laboratory space allocated for this purpose. The Contractor s main equipment (tank(s), uv light system, meter(s), etc.) shall be located in the current water closet with extension lines from the system to the designated points of use. Appropriate back-up equipment (tank(s), etc.) to ensure uninterrupted supply of high-purity DI water, as needed, shall be located in Chemistry, Room 3427, in the existing designated space for this element of the contract. 3.3 A site visit/walk-through is available upon request and will be scheduled at the convenience of the Clinical Laboratory Service. Arrangements will be made through the Contracting Officer Representative (COR), or designee, to establish an acceptable time to ensure minimum interruption of patient care. The site visit/walk-through must be requested in sufficient time to be completed/performed at least 5 days before the close of subject solicitation. 3.4 Silica removal and neutral pH is a requirement. 3.5 The water must always be above 10 mega ohms specific resistance per cm at the outlet of the deionization system, and 1 mega ohms resistance at the outlets located at the points of use. 3.6 Contractor shall make provisions to verify resistance at these levels by installing a spigot at the outlet from the tanks and a 1 mega ohm light at each user's outlet. Additionally, the Contractor shall provide/install/maintain an appropriate warning system/alarm (audible) that indicates/alerts P&LMS staff of problems with the system. 3.7 The Contractor shall ensure that the water is as organic-free as possible by using activated carbon. The Contractor shall change this carbon every 90 days. 3.8 Contractor shall provide, install, and maintain an appropriate ultraviolet light system in order to act as a bactericide and to breakdown and oxidize organic contaminants. 3.9 Contractor shall provide, install, and maintain some form of corrosion resistant pan at least 1" deep between the unit and existing floor to prevent damage to floor or stairs, etc. 3.10 Water spillage and leaks from units will not be acceptable. 3.11 All deionized water stations (points of use) must have at least five (5) gallons flow per minute. 3.12 Contractor shall provide/install all necessary tank(s), hoses, and tank fittings, etc. at no additional cost to the Government. The Contractor will provide the COR, or designee, documentation of the results of all initial and subsequent testing at each point of use. 3.13 The deionized water meter(s) shall be read by the Contractor, accompanied by the COR, or designee, at the end of each month on a regular workday (Monday Friday). Records will reflect the signature of the Contractor and COR, or designee. Meter shall be located in water closet in the Clinical Laboratory Service Chemistry Section. 3.14 Contractor s Technical Support Specialist(s) shall sanitize the system and loop at COR, or designee s request. If the bacterial count is above 10 CFl/ml, the Contractor shall resolve the problem by correcting the source of contamination within twenty-four (24) hours of notification by the COR, or designee. We estimate one (1) sanitization event per year; however, additional sanitizations may be necessary depending upon the contamination results. 3.15 Contractor s Technical Support Specialist(s) shall provide/install bacterial filters on each point-of-use DI water faucet with initial system installation. Contractor shall replace the bacterial filters on each DI water faucet each Option Year of the established contract. The annual replacement shall be completed within the first month of each Option Year. 3.16 Contractor shall change deionize tanks and filters whenever the resistance is less than 1 mega ohms at the point of use for the Clinical Laboratory Service. 3.17 Contractor s deionized water system includes everything between the incoming water PRV and the last DI water tank. Contractor will maintain, keep in proper working order, and replace when necessary, any part of said system at no additional cost to the Government. 3.18 Contractor shall provide/install/maintain 1 mega ohm light(s) on the middle tank of all bank of tanks. 3.19 Contractor shall furnish and install a filter on the exit lines to ensure that no resin may enter into the deionized system. 3.20 Contractor shall be responsible for the clean up of any spills or debris made from installation, maintenance, or service. 3.21 Contractor shall be responsible for checking and assessing the deionized water tanks on at least a monthly basis. The Contractor will not contact BVAMC employees to check the status of the deionized water tanks. 3.22 Contractor will change out all 10.2 and 10 5 micron as needed at no cost to the Government. 3.23 The Contractor s Technical Support Specialist(s) shall perform chlorination of each piped system at least one (1) time per year. The annual chlorination shall be completed within the first month of each Option Year. Contractor shall perform chlorination more frequently when deemed necessary by the BVAMC. Following chlorination, each outlet shall be purged and measured by the Contractor to ensure 1 mega ohms resistance and to ensure that no chlorine is present in the system. 3.24 Contractor shall perform all services at the convenience of the Clinical Laboratory Service. Arrangements will be made through the COR, or designee, to establish an acceptable time to ensure minimum interruption of patient care. 3.25 Filters shall be changed by Contractor when the water pressure at the point of use is below 45 PSI. 3.26 Contractor must supply water that falls inside the parameters specified by the College of American Pathologists. 3.27 Contractor will provide the following information to the Laboratory Service on a monthly basis: a. Resistivity Minimum 10 M ·cm b. Microbial Content < 10 CFU/mL c. Total organic carbon < 500 ng/g (ppb) 3.28 BVAMC estimates using 8,000 gallons of DI water per month. However, there may be circumstances that require more water to be available. Contractor shall ensure availability of appropriate DI water. 4. BVAMC WILL PROVIDE: The BVAMC will provide a water supply at the point of installation and one each duplex 115 volt outlet. BVAMC s current inline resistivity meter will be utilized, as necessary. 5. LOCATION/DESCRIPTION OF POINTS OF USE: Equipment Room ( Water Closet ), Room 3421E - this is where the DI System (appropriate tanks, filter(s), UV light sterilization system, etc.) is located Chemistry, Room 3427 extension line from DI system to the port(s) located at the main chemistry analyzer. This analyzer requires accessible continuous DI water. Chemistry, Room 3427 extension line from DI system to the two (2) sinks currently designated in this area. Chemistry, Room 3427 Appropriate back-up equipment (tank(s), act. To ensure uninterrupted supply of high-purity DI water, as needed. Hematology, Room 3429 extension line from DI system to two (2) sinks currently designated in this area. Microbiology, Room 3428 extension line from DI system to two (2) sinks currently designated in this area. Washroom, Room 3427A extension line from DI system to a port attached to the pipette wash apparatus. 6. INSTALLATION AND INITIAL SET UP REQUIREMENTS: 6.1 Site Preparation - Site preparation specifications shall be furnished in writing by the contractor as a part of the equipment proposal. These specifications shall be in such detail as to ensure that the equipment to be installed shall operate efficiently and conform to the manufacturer's claimed specifications. 6.2 Space Requirements, Systems, Specifications - Configuration of the proposed equipment must be able to conform to the space previously allotted for this function. 6.3 Crossover from current to new instrumentation/system, if necessary, must be performed timely with no interruption in patient care laboratory service. 6.3 Ownership of Equipment - Ownership of the equipment shall remain with the contractor. All accessories (unused consumables, etc.) furnished by the contractor shall accompany the equipment when returned to the contractor. The contractor, upon expiration of order(s), at termination and/or replacement of equipment, shall remove the equipment. 6.4 The Contractor s Technical Support Specialist(s) shall be responsible for installation, which consists of in-house delivery positioning, and mounting of all equipment listed on the delivery order and connections of all equipment and interconnecting wiring and cabling if applicable in coordination with the facility biomedical engineer. Upon receipt of notice to proceed with installation, it shall be the contractor s responsibility to inform the Contracting Officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed. 6.5 Vendor shall provide equipment installation and possible reinstallation at minimal costs if the equipment is required to be moved due to construction or laboratory redesign. 7. TESTING VA P&LMS personnel will monitor the resistivity meter and perform appropriate water cultures. VA P&LMS personnel will contact Contractor in the event of any issues or problems. All other necessary tests will be certified by the contractor or an independent laboratory at contractor s expense. The testing for qualities must coincide with the sterilization process and a certificate must be provided to the VA P&LMS ensuring these qualities. 8. SERVICE/REPAIRS 8.1 At no time will P&LMS be without deionized water during service/maintenance process. This may require a separate means of supplying deionized water with a meter to ensure that all qualities are being met. 8.2 Contractor s Technical Support Specialist(s) shall be on site for any emergency problem within twenty-four (24) hours after receipt of notification, by telephone, from the Contracting Officer Representative (COR), or designee, during normal business hours, Monday Friday, 7:00 a.m. 3:30 p.m. Contractor shall also be on site for any emergency problem within twenty-four (24) hours after receipt of notification, by telephone, from COR, or designee, during the weekends and holidays. 8.3 Contractor s Technical Support Specialist(s) shall be on site for any non-emergency call within forty-eight (48) hours after receipt of notification, by telephone, from the COR, or designee. If the Contractor receives a non-emergency call after 3:30 p.m., the Contractor s Technical Support Specialist(s) will be on site no later than 9:00 a.m. the following workday, during normal business hours only, Monday through Friday 7:00 a.m. 3:30 p.m. Likewise, contractor shall be on site for callouts during the weekend and holidays. 8.4 Should difficulty to either the Contractor or the BVAMC arise from these delivery schedules, the Contractor shall be required to install a fully charged stand-by unit for emergency use. Said difficulties would include, but not be limited to, recurring bacterial contamination, recurring discoloration of the water, recurring untimely responses to emergency calls, and recurring failure or not-functioning indicator light. The Contractor is responsible for "troubleshooting" and resolving deionized water problems and will not request BVAMC personnel to perform preliminary "troubleshooting" procedures. The BVAMC will ascertain that the problem is not caused by Government-owned equipment prior to placing a call to the Contractor. 8.5 For each service call, the contractor shall generate a service ticket. The service ticket shall itemize all services rendered during the service call. The service ticket shall be submitted to the COR, or designee. 9. ADDITIONAL ITEMS/COSTS: Any additional costs such as funding fees, special shipping and handling fees, other usage fees or surcharges must be clearly indicated in the price quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC521/BiVAMC521/36C24718Q9485/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q9485 36C24718Q9485.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4533552&FileName=36C24718Q9485-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4533552&FileName=36C24718Q9485-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q9485 36C24718Q9485.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4533552&FileName=36C24718Q9485-000.docx)
- Place of Performance
- Address: Birmingham VA Medical Center;700 S. 19th Street;Birmingham AL
- Zip Code: 35233
- Zip Code: 35233
- Record
- SN05030221-W 20180811/180809231625-36829d9f6a035c0355eb60c6107f871d (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 |