DOCUMENT
J -- Water purification system and support (VISN-Wide) 578-18-4-944-1747 (VA-18-00114867) - Attachment
- Notice Date
- 10/2/2018
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- 36C25219Q0009
- Response Due
- 10/5/2018
- Archive Date
- 10/15/2018
- Point of Contact
- Frederick C Weddington III
- Small Business Set-Aside
- N/A
- Description
- DEIONIZED WATER SERVICES FOR VISN 12 PATHOLOGY & LAB MEDICINE SERVICE 578-18-4-944-1747 10 It is the intention of the VA to solicit proposals and award the contract on a competitive basis. The contract resulting from this solicitation shall be for a base year plus four (4) one-year renewal option periods that may be exercised by the VA. The contract is subject to availability of VA funds. 1. STATEMENT OF WORK A. GENERAL REQUIREMENTS. The Contractor shall provide all labor, materials, parts, filters, tools, supplies, equipment, travel, supervision and qualified personnel necessary to provide, install, operate, maintain and repair water purification systems yielding CLRW (clinical laboratory reagent water) to various locations in VISN 12. The contractor shall operate and maintain water systems and other designated equipment in accordance with the contract and commercial practices. The contractor shall ensure water quality continues to meet or exceed the appropriate Federal, state and local regulatory requirements and Clinical and Laboratory Standards Institute (CLSI) guidelines for CLRW (Appendix A). The contractor shall conduct preventive maintenance /inspections (PMI) and related services to sustain the proper operation of the water purification system(s) and minimize breakdowns and service interruptions. Corrective maintenance shall be performed to correct unscheduled breakdowns and deficiencies noted on the water system. The contractor shall establish and maintain a contact point where all service requests can be received. Unless otherwise indicated, the Contractor shall install and maintain a deionized, CLRW-grade water supplier for use in the areas listed to include filters, carbon and mixed bed tank exchanges at specified scheduled dates and also as needed. System sanitizations must be scheduled for no less than 2 times per year and more often if indicated by the presence of contamination. A list of special tasks and requirements is included in Appendix B. Quotations for optional services, e.g. remote auditory alarms, etc. are encouraged; however, these services will not be considered in the overall award of the contract. Consideration will be given to the size of the units proposed at each of the sites listed. B. PREVENTIVE MAINTENANCE INSPECTION (PMI) PLAN. The contractor shall develop a PMI plan that includes all of the necessary inspections, tests, services and repair of the water system(s) addressed in contract. The completed PMI plan shall be submitted for approval within 30 days after contract award. Once approved, the contractor shall follow the schedule as close as possible to facilitate the Government s inspection process. C. CORRECTIVE MAINTENANCE. Corrective maintenance includes adjustments, service or repair to return water system(s) and equipment to proper operation. When possible, equipment and system deficiencies shall be corrected along with preventive maintenance work. Records or reports shall be maintained that document all corrective and preventive maintenance tasks accomplished and shall reflect the status of the water purification system(s) after work is completed. The contractor shall make every effort to prevent water contamination from infiltration, flood and back flowing of pipe systems. D. SERVICE CALLS. The Laboratory and Research Departments will be the primary initiator of service calls concerning maintenance and repair services. System sanitizations must be scheduled through the appropriate Laboratory or Research Department. System service and tank exchanges must be performed within 24 hours of vendor notification. E. GOVERNMENT-FURNISHED EQUIPMENT AND GOVERNMENT-FURNISHED INFORMATION. The water purifying system must be a self-contained system of tanks and cartridges. F. PARTS. The Contractor shall furnish and replace parts to meet uptime requirements. All parts are included in the contract price. The Contractor shall have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The Contractor shall use new or certified rebuilt parts. All parts shall be of current manufacture and have complete versatility of the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another system shall not be installed without specific approval by the CO or the COR. G. SITE VISITS. Offerors shall inspect the sites to fully inform themselves of the nature of the work and the conditions under which the work is to be performed. Failure to do so will in no way relieve the successful offeror from the necessity of furnishing any materials or performing any of the work that may be required to complete the work in strict accordance with the true intent and meaning of the specifications without additional cost to the VA. Site visits can be coordinated through the COR upon advisement of the CO. H. HOURS OF OPERATION The services covered by the contract shall be furnished by the contractor as defined herein: At a minimum, Contractor will provide services through scheduled visits, Monday through Friday from 8:00 a.m. through 4:30 p.m. VA observes the ten (10) Federal holidays listed below. Scheduled appointments will not be available at VA during these holidays. Those holidays are: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day July 4th Christmas Day It should be noted that if a holiday falls on Saturday, it is observed on Friday. If a holiday falls on Sunday, it is observed on Monday. I. PLACE OF PERFORMANCE. The water purification systems will be located in Pathology & Laboratory Medicine Services and in Research Service in the following locations. I. IRON MOUNTAIN VAMC Pathology & Lab Medicine Service 325 East H Street Iron Mountain, MI 49801 Contact: Steve Richey (906)-774-3300, x32327 Pathology & Lab Medicine Service Building 1, Laboratory, Room 6219 II. MILWAUKEE VAMC Pathology & Lab Medicine Service 5000 West National Avenue Milwaukee, WI 53295 Tina Kurkiewicz (414) 384-2000, x41328 Pathology & Lab Medicine Service Building 111, Microbiology, Room 2643 Pathology & Lab Medicine Service Building 111, Urinalysis, Room 2600 Pathology & Lab Medicine Service Building 111, Histology, Room 2633 Research Service (payment provided by Path & Lab) Building 70, Room D226 III. JOHN H. BRADLEY VA OUTPATIENT CLINIC (APPLETON) 10 Tri-Park Way, Appleton, WI 54914 Tracy Froseth (920) 831-7920 Pathology & Lab Medicine Service Room 153 IV. MILO C. HUEMPFNER VA OUTPATIENT CLINIC (GREEN BAY) 2851 University Avenue, Green Bay, WI 54311 Tracy Froseth (920) 431-2534 Pathology & Lab Medicine Service Room 1D113 V. MADISON VAMC 2500 Overlook Terrace, Madison, WI 53705 Carrie Norton (608) 256-1901, x11741 Pathology & Lab Medicine Service Room DB1-207 VI. ROCKFORD VA OUTPATIENT CLINIC 816 Featherstone Road, Rockford, IL 61107 Christina Yerges (608) 256-1901, x11703 Pathology & Lab Medicine Service Clinical Laboratory (NOTE: Truck must have end gate for delivery; no shipping dock at the Rockford Clinic) VII. JESSE BROWN VAMC 820 South Damen, Chicago, IL 60628 Ranell Soriano (312) 569-6125 Pathology & Lab Medicine Service Damen Pavilion, Room 4549 VIII. ADAM BENJAMIN VA OUTPATIENT CLINIC (CROWN POINT) 9301 Madison Street, Crown Point, IN 46307 Cheryl Murphy (219) 662-5061 Pathology & Lab Medicine Service Room 121 IX. TOMAH VAMC (*Period of Performance begins 10/1/18) 500 E. VETERANS ST., TOMAH, WI 54660 Sherri Schack (608) 372-1705, x66047 Pathology & Lab Medicine Service Central Feed (Main Lab) fed from municipal water Pathology & Lab Medicine Service Building 400, Room 2055 (fed from DI central system) X. HINES VAMC 5000 S. 5TH AVE., HINES, IL 60141 Robert (Ken) Pell (708) 202-8387, x21365 Pathology & Lab Medicine Service Central Feed (Building 200, 2nd floor) fed from municipal, lake, cold water Pathology & Lab Medicine Service Building 200, Histology, D118 (fed from DI central system) APPENDICES. Criteria for CLRW Specific Tasks and/or Requirements APPENDIX A SPECIFICATIONS for CLRW (Clinical Laboratory Reagent Water) ** Bacterial Content (colony performing units/mL) 10 (in-line) Particulate matter Water passed through 0.22 micron, or finer, filter Organic impurities (TOC Total Organic Carbon) < 500 ng/g (ppb) **REFERENCE: Clinical and Laboratory Standards Institute, Preparation and Testing of Reagent Water in the Clinical Laboratory Approved Guideline, Number C3-A4, March, 2008 APPENDIX B Special Tasks and Requirements 1. Iron Mountain, Appleton, Green Bay, Rockford and Jesse Brown Description Frequency Annual Quantity Pretreatment Pack Millipore Quarterly Semiannual 3 per site Q-Gard Millipore Quarterly Semiannual 3 per site Bio-Pack Millipore Quarterly Semiannual 3 per site PM Annually 1 2. Madison (Millipore Synergy) Description Frequency Annual Quantity PM Annually 1 Simpak 2 Purification Pack Semi-annually 2 Millipak Express Final Filter Replacement Semi-annually 2 Bacteria testing VA Handles 0 Bleach clean (10% bleach) VA Handles 52 3. Adam Benjamin VA Outpatient Clinic (Crown Point) Ensure optimal efficiency of existing Millipore system and avoid down time due to contamination issues by filtering out and removing bacteria and chemicals using prepack treatment. All parts and cartridges descriptions must be the same or equal to the products listed below: Part Product Number Tank Sanitization ZWSANTANK Maintenance Kit AFS 3-3D AFS 8-16D BIOPACK Clinical CDUFBC001 Milex & Tubing for Aeration Pump CPAFSARKT Prepack 1 Pretreatment PRPK00001US Progard 3 Pretreatment PROG00003US Aeration Pump (120V) ZF3000191 Leak Detector Kit TANKLKDNA 60 GPD RO Cartridge CDR60201 Contractor must perform a 21-point inspection as recommended by the manufacturer during each preventative maintenance visit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0009/listing.html)
- Document(s)
- Attachment
- File Name: 36C25219Q0009 36C25219Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4617210&FileName=36C25219Q0009-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4617210&FileName=36C25219Q0009-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25219Q0009 36C25219Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4617210&FileName=36C25219Q0009-000.docx)
- Record
- SN05113165-W 20181004/181002230707-a758bb1294289ed51ed5c064ee17cb7a (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 |