SOURCES SOUGHT
65 -- UV LIGHTS
- Notice Date
- 3/28/2022 4:46:47 AM
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0454
- Response Due
- 4/5/2022 7:00:00 AM
- Archive Date
- 06/04/2022
- Point of Contact
- Ruth A. Morris, Contract Specialist, Phone: 757-315-2985
- E-Mail Address
-
ruth.morris@va.gov
(ruth.morris@va.gov)
- Awardee
- null
- Description
- Page 1 of Page 1 of DISCLAIMER: THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE: The purpose of this RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 332999 with the Small Business Size Standard of 750 employees. If the Government determines there are qualified vendors for this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. INTRODUCTION: This requirement is for the procurement of the Rapid Disinfector UV LIGHTS. The Asheville VA Medical Center Environmental Management Services is soliciting bids for the procurement of the ultra-violent lights installation and training for the medical center. The government is anticipating that this will be a brand-name requirement but encourages all vendors that can meet or exceed the item descriptions below to respond to this source sought. If providing a like item/system, please include attachments, information, and part numbers to allow the government to assess whether your items/system will suffice for this requirement. REQUIREMENTS: NOTE: The VHA NCO 6 is conducting market research to find qualified vendors who can deliver the following item(s) to Asheville VA Medical Center, 1100 Tunnel Road Asheville NC 28805: DESCRIPTION OF INFORMATION REQUESTED: TV EDUCATIONAL SYSTEM ITEM NO. or STOCK NO. DESCRIPTION QUANTITY UNIT 1) RD2-4G-GSA 400 Series RD Rapid Disinfector UV-C disinfection system 3 EA 2) GSA-ESA-4G RD Rapid Disinfector Installation and Training 3 JB STATEMENT OF WORK UV LIGHTS Background. VA Medical Center, Asheville, NC purchased four (4) UVC Lights in October of 2017 and again purchased two (2) UVC Lights in October 2020. The lights have been proven to improve and reduce the overall pool of pathogens that s cause HAIs (hospital acquired infections) and improve patient and staff safety. Currently there are not enough UVC Lights to meet our needs. Scope of Work. Request vendors furnish three (3) RD UVC light systems for the Asheville VA Medical Center. To include: Purchase costs include standard one (1) year product warranty. Purchase cost to include standard one (1) year IN-TRAK Reporting. Installation, Training and Service, Process and Protocols. Purchase cost will include standard one (1) year Service & Support Agreement. Service Support Agreement will start in year two (2). Coordination. Environmental Management Services will serve as the focal point and Contracting Officer Representative (COR) for this contract. Salient Characteristics: Functions to be performed: UV disinfecting light that treats and kills pathogens (MERSA, CRE, VRE, C.diff, etc.) that causes illness in patient rooms. Performance required: Must have self-contained computer. Must be able to access data on ling. Utilize four remote wireless sensors capable of measuring both direct and indirect UV energy. Vendor provide routine inspection and diagnostics checks. Provide sensor recalibration. Provide on-site training and Q&A. Provide infrared motion detection (360 degrees). Utilize door sensor safety protection, 1 or more door sensors. Provide a pause and reposition capability so that lethal dose can be accomplished. Utilize lamps that do not produce ozone (preferable Mercury vapor). Provide automatic lamp power off if the door is open during a job. Password protected control. Closed-loop real-time communication 1-yr product warranty. 1-yr data access and reporting. (C) Essential physical characteristics; Dimensions (if applicable) Approx. base footprint 22 ¾ X 25 Weight 220lbs Power - 120/240vac, 50/60Hz, 1600watts Approximate Height 69 Safety Rating UL, CSA UVC Lamp Output 1,500/>500W Lamp Life 9,000hrs Built in WI-Fi One-Year Limited Warranty Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than Tuesday; April 5, 2022@ 1000 (10:00AM) EST. All interested parties should respond, in writing via email to ruth.morris@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number DUNS number Capabilities statement Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award Please submit responses via email in Microsoft Office format by 1000 (10:00 AM) (Eastern Standard Time) 04/05/2022. Please include RFI# 36C24622Q0454 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf0943036f8745e4a9adc42358ff5280/view)
- Place of Performance
- Address: Department of Veteran Affairs Network Contracting Office 06 Asheville VA Medical Center 1100 Tunnel Road, Asheville 28805, USA
- Zip Code: 28805
- Country: USA
- Zip Code: 28805
- Record
- SN06281585-F 20220330/220329211521 (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 |