SOURCES SOUGHT
S -- TRU-D disinfection system services
- Notice Date
- 2/16/2022 9:43:02 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0343
- Response Due
- 2/23/2022 8:59:00 PM
- Archive Date
- 04/24/2022
- Point of Contact
- Kenneth K. McNeill, Contract Specialist, Phone: 410-642-2411 26911
- E-Mail Address
-
kenneth.mcneill@va.gov
(kenneth.mcneill@va.gov)
- Awardee
- null
- Description
- Network Contracting Office 5 (NCO 5) is issuing this sources sought notice to identify companies that have the resources and capabilities to provide the Department of Veterans Health Administration (VHA), Washington, DC VA Medical Center Tru-D disinfection system services in several areas in the Medical Center including patient rooms, exam rooms, operating rooms and in other areas identified by Environmental Management Service and the Infection Control Department. The Ultra-Violet (UV) Disinfection System will have at a minimum the features and characteristics listed below: A continuous 254nm UV Disinfection system, designed for use with the multiple UV emitters for total room coverage in a single operation. The system must be capable of eliminating shadows and maximizing proximity to all surfaces. The system must allow for simultaneous use and controlled remotely. The system of multiple UV emitters must incorporate a parabolic UV concentrator for increased energy dosage and intensity. The system must utilize automated laser measurement and validation of room size to determine and ensure an effective dose of energy has been delivered to all surfaces in the least amount of time. The system must have the ability to validate energy output to ensure proper UV intensity during each disinfection cycle. The UV system must have a feature to apply ""targeted and limited"" range disinfection with safe continuous disinfection delivered unilaterally in a single direction from multiple emitters while safely ensuring that NO UV radiation is delivered outside of the chosen disinfection area. The system will incorporate a process for control of emitter s from outside the room when starting the system for employee safety. The system must accommodate unattended total room disinfection in a single, uninterrupted cycle without a need for repositioning or movement of the emitters. The system must incorporate multiple motion sensors within a single room with multiple entry/exit points for added safety. The system must incorporate dual motion sensors with Passive Infrared motion detection AND movement detection by an accelerometer/gravimeter. The system must have BOTH Bluetooth and Wi-Fi connectivity allowing ""Cloud"" connectivity for maintaining and monitoring performance, archive capability and remote accessibility. The Contractor will offer the MINIMUM operational and safety training: -A training schedule approved by the VA prior to start of implementation. -An on-site and qualified training instructor for a minimum of 16 hours (2, eight-hour days) for each purchased. -Training schedule must be flexible to accommodate the operational needs of the intended VA operators/users. Training sessions for operators/users of the System will be a minimum of 2 hours. Larger informational sessions may be required. -Specific training must be provided for the System reporting functions using desk top computer. -The System must be operationalized into the daily routine of the VA users/operators while the training instructor is on site. -All trained VA users/operators must complete a competency as part of the educational process. Certificates shall be provided for all operators. Interested & Capable Responses: Network Contracting Office 5 (NCO 5) is seeking responses from companies that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your: 1. Business name, business type, socio economic status (e.g., Veteran Owned, Woman Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address). 2. Capability statement and summary of previous experience providing Ultra Violet (UV-C) disinfection system services for the Veterans Health Administration or other similar healthcare facilities. 3. Ballpark cost estimate of what the VAMC could expect to pay your company to perform the work described above per year. Responses must be submitted by 11:59 PM (EST) February 23, 2022. Responses to the information requested above must be submitted via email to kenneth.mcNeill@va.gov & jameel.gordon@va.gov. This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5404dd0adcf84dbcb9e84463e1bbf02f/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Health Administration (VHA) Network Contracting Office 5 Perry Point, MD 21902, USA
- Country: USA
- Country: USA
- Record
- SN06245091-F 20220218/220216230117 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |