Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2019 FBO #6433
SOLICITATION NOTICE

73 -- BIG Triple Bay Sink

Notice Date
7/3/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25719Q1052
 
Response Due
7/12/2019
 
Archive Date
8/11/2019
 
Point of Contact
ognian.ivanov@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Statement of Work 2 The Department of Veterans Affairs in West Texas VA Healthcare System, TX is posting this combined Synopsis/Solicitation for BIG Riding Lawn Mower through the Contracting Officer in San Antonio, Texas. The government intends to make a contract award to the Lowest Price Technically Acceptable vendor that can provide the required items in accordance to the attached documents, as a result of this solicitation for quotes. This action is a total small business set-aside for service-disabled veteran owned small business (SDVOSB) only. The NAICS is 332999. Responses to this notice will be used by the Government to make appropriate evaluations and award decisions. Please submit all required information to Ognian Ivanov via e-mail: Ognian.Ivanov@va.gov by Thursday, 07/12/2019. A. GENERAL GUIDANCE 1. Title of Project: Triple Bay Sinks 2. Scope of Work: Upon receipt of purchase order vendor will manufacture, configure and ship the product. Once the product arrives at West Texas VA Health Care System (WTVAHCS); vendor will deinstall the current sinks and make all necessary utility disconnections, remove and transport equipment to a predetermined location within same customer facility for pickup or disposal. Vendor is responsible to install two (2) new reprocessing sinks and associated equipment, perform set up and complete initial tests to ensure functionality of equipment. Installation is for two sinks. 3. Background: WTVAHCS has a need for new equipment for the medical center s Sterile Processing Service (SPS). New SPS requirements cannot be met with the existing equipment currently in use. 4. Performance Period: Delivery shall occur when all required site preparations by facility are ready for equipment installation. This includes steam, air, water, exhaust, waste, electric, and atmospheric vent. Construction timeline expects delivery and installation date to be estimated October 2019. Install is expected to occur on a Saturday and Sunday to not disrupt patient care. Install must not take more than 2 days. Installation and testing MUST be finished by 8:00 PM central time on the second day to allow time for terminal cleaning. 5. Type of Contract: This is a firm-fixed-price agreement. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS Sink One Salient Characteristics for Ergonomic Adjustable Sink Ergonomic hydraulic sinks- **needs to be AAMI compliant The Reprocessing Sink must be height adjustable The sink also needs to have a minimum of a triple bay configuration The overall sink counter length must be no more than 106" Must also have the ability to have the following work flow configurations of left-to right Aqua Klenz-Wash-Rinse. Reprocessing Sink Bays Must be commercial grade stainless steel with both wash and rinse bays The overall dimensions must be within the measurements and not to exceed 17"x10"x 24" (432 x 254 x 610 mm) Counter tops of the sink- Must have an incline that prevents water dripping to floors, which can cause safety risks. Must have the ability to adjust the height of the sink to a minimum height (range of 33-41") Must contain/needs to include all of the following: Stainless-steel magnetic back splash Overhead Lighting System Magnification Light Faucet One-Touch Button (faucet activation) Control Screen containing icons (touch screen) to activate software programming Record Keeping abilities to record data Auto Drain and Fill options Aqua Klenz Air and Pure Water Pistols (both sinks) Tie-Down Kit Overall (width, height, and length) must be a at a minimum of: 30"x33-41"x106" Steam: dynamic pressure with steam pressure regulators, shut-off valves steam traps, insulation and pipe routing necessary to supply at least up to 97% vapor-quality steam Air: dynamic pressure Water: dynamic water pressure with pressure regulators with properly sized piping to prevent water hammering (water flow) Exhaust: must be certified or approved Waste: must have proper drain(s), sized to handle water/steam flow rates Electric: must have electrical supply Atmospheric Vent: vent piping for pressure relief valves that also has drip pan elbow at connection point Must have (3) surface top slide shelves Telecommunications options: must include the following specs and capabilities Technical Support prior to dispatching a service technician. Allow connection to Response Center Computer Requirements needs to have the all of the following elements Desktop, server or virtual computer to run Remote Monitoring software, service agent and support software Windows 10 2.5GHz Multi-Core Processor 8GB ram 10GB Free Hard Drive Space Local admin account for assigned to connected facility network (access to Internet) If offering equipment as a non-manufacturer (i.e. distributor) the vendor is also required to submit with their quote proof (letter, etc.) from the manufacturer that shows they are authorized as a distributor of the equipment. D. GENERAL REQUIREMENTS Sink Two Salient Characteristics for Ergonomic Adjustable Sink Ergonomic hydraulic sinks- **needs to be AAMI compliant The Reprocessing Sink must be height adjustable The sink also needs to have a minimum of a triple bay configuration The overall sink counter length must be no more than 106" Must also have the ability to have the following work flow configurations of right to left Sonic Klenz-Wash-Rinse. Reprocessing Sink Bays Must be commercial grade stainless steel with both wash and rinse bays The overall dimensions must be within the measurements and not to exceed 17"x10"x 24" (432 x 254 x 610 mm) Counter tops of the sink- Must have an incline that prevents water dripping to floors, which can cause safety risks. Must have the ability to adjust the height of the sink to a minimum height (range of 33-41") Must contain/needs to include all of the following: Stainless-steel magnetic back splash Overhead Lighting System Magnification Light Faucet One-Touch Button (faucet activation) Control Screen containing icons (touch screen) to activate software programming Record Keeping abilities to record data Auto Drain and Fill options Sonic Klenz Air and Pure Water Pistols (both sinks) Tie-Down Kit Must have (3) surface slide shelves. Overall (width, height, and length) m ust be a at a minimum of: 30"x33-41"x106" Steam: dynamic pressure with steam pressure regulators, shut-off valves steam traps, insulation and pipe routing necessary to supply at least up to 97% vapor-quality steam Air: dynamic pressure Water: dynamic water pressure with pressure regulators with properly sized piping to prevent water hammering (water flow) Exhaust: must be certified or approved Waste: must have proper drain(s), sized to handle water/steam flow rates Electric: must have electrical supply Atmospheric Vent: vent piping for pressure relief valves that also has drip pan elbow at connection point Telecommunications options: must include the following specs and capabilities Technical Support prior to dispatching a service technician. Allow connection to Response Center Computer Requirements needs to have the all of the following elements Desktop, server or virtual computer to run Remote Monitoring software, service agent and support software Windows 10 2.5GHz Multi-Core Processor 8GB ram 10GB Free Hard Drive Space Local admin account for assigned to connected facility network (access to Internet) If offering equipment as a non-manufacturer (i.e. distributor) the vendor is also required to submit with their quote proof (letter, etc.) from the manufacturer that shows they are authorized as a distributor of the equipment. E. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Training to be provided by vendor on Monday following install beginning at 7:00 am. F. EVALUATED OPTIONAL FEATURES Even though the contractor, at the Government s option, provides the requirements specified in this section; they are nonetheless treated with the same level of control as the mandatory specifications. The CO shall only exercise these options when requested by the COR, and when the necessary funding is available. G. SCHEDULE FOR DELIVERABLES All items to be delivered F.O.B. Destination during normal working hours, between 7:30am and 2:30pm, Monday through Friday. WTVAHCS 300 W. Veterans Blvd. Big Spring, TX 79720 H. CHANGES TO THE STATEMENT OF WORK Changes to the statement of work are unlikely, but can be made with acceptance by both parties. I. REPORTING REQUIREMENTS No reporting required J. TRAVEL No travel required. K. GOVERNMENT RESPONSIBILITIES WTVAHCS will be responsible for all pre-installation requirements. L. CONTRACTOR EXPERIENCE REQUIREMENTS Qualifications of Key Personnel (Standard mandatory language for all task orders) NA Time and Materials Task Orders NA Firm-Fixed-Price Task Orders NA M. CONFIDENTIALITY AND NONDISCLOSURE Standard mandatory language for all task orders. N. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS SECURITY CLAUSE : The contractor will have no reason to access sensitive VA information or the WTVAHCS computer network. Access to UpToDate will be via the Internet. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUL-2019); 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/VASTHCS/VASTHCS/36C25719Q1052/listing.html)
 
Place of Performance
Zip Code: 79720-5566
 
Record
SN05360461-F 20190705/190703230043 (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.