SOURCES SOUGHT
65 -- Air Innovations Sterile Storage Cabinets
- Notice Date
- 7/10/2022 6:44:44 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25522Q0399
- Response Due
- 7/15/2022 6:00:00 AM
- Archive Date
- 08/14/2022
- Point of Contact
- Mickeya Linzie, Contracting Officer, Phone: (913) 946-1967
- E-Mail Address
-
mickeya.linzie@va.gov
(mickeya.linzie@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) UEI Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; (i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide five (5) Air Innovations Sterile Storage Cabinets for the Harry S. Truman VA Medical Center, located in Columbia, Missouri. Please see Statement of Requirement for more specifics and details. The North American Industry Classification System Code (NAICS Code) is 339113 (Surgical Appliance and Supplies Manufacturing), size standard 750 Employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Mickeya Linzie at mickeya.linzie@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, July 15, 2022, at 8:00AM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. DEPARTMENT OF VETERANS AFFAIRS HARRY S. TRUMAN MEMORIAL VETERANS HOSPITAL COLUMBIA, MO STATEMENT OF REQUIREMENT A. GENERAL INFORAMTION TITLE: Air Innovations Sterile Storage Cabinets INTRODUCTION & PURPOSE: The Air Innovations Sterile Storage Cabinets will permit the clinic areas to provide climate controlled storage for their reusable medical equipment in compliance with VHA Directive 1116(2) Sterile Processing Services. The cabinets will be used to maintain proper temperature, humidity, and positive pressure for RME being stored in clinical settings. SCOPE OF WORK: Prior to installation date, SPS will: 1. Conduct site preparation with vendor for need, electrical and filtration requirements for Harry S, Truman Memorial Veterans Hospital, 800 Hospital Dr, Columbia, MO, 65201 2. Establish location for shipping and handling of cabinets and schedule delivery 3. Will provide SPS leadership representation along with vendor representation to ensure cabinets are delivered safely and work accordingly. During Installation, vendor will: 1. Conduct complete inventory of all items have been delivered to VA hospital for installation 2. Confirm all supplies have been obtained for proper installation 3. Complete installation checklist 4. Conduct tests on all cycles, searching for possible malfunctions. After installation is complete, Vendor s sales representative will: 1. Conduct in-service/overview 2. Completes training and signs training sheet a. Operation of the machine b. Safe use of machine c. Chemical handling d. Emergency procedures e. Regular maintenance procedures 3. Conducts additional in-service training for employees absent during initial training 4. Review manufacture IFUs with all employees 5. Review troubleshooting and most common mistakes made WHERE WORK WILL BE CONDUCTED: Five Air Innovations Sterile Storage Cabinets will be installed at Harry S. Truman Memorial Veterans Hospital, 800 Hospital Dr, Columbia, MO, 65201 on a weekday(s) after patient hours to avoid interruption to regular operations from 8:00 a.m. to 4:30 p.m. Hours and date of installation will be negotiated between POC and vendor. POINT OF CONTACT (POC): The POC for this requirement is Tammy Horne, Assistant Chief of Sterile Processing; (573) 814-6000 ext. 52111 (office); tammy.horne2@va.gov (email). DELIVERY: All equipment will be delivered within 7-14 business days after equipment order has been placed with Vendor. The POC will assist in the sign off on all equipment received. All equipment shall be delivered in one complete order, with no split delivery/shipments to: 1. Harry S. Truman Memorial Veterans Hospital, 800 Hospital Dr., Columbia, MO 65201 2. The delivery shall be made during normal hours of operation excluding all federal holidays: a. Administrative hours: Monday through Friday, 8:00 a.m. 4:30 p.m. National Holidays: The 11 holidays observed by the Federal Government are: New Year s Day; Martin Luther King s Birthday; President s Day; Memorial Day; Juneteenth; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving; Christmas; and Any other day specifically declared by the President of the United States to be a national holiday b. Off-Duty hours: Monday through Sunday 4:30 p.m. 8:00 a.m. PROJECT COMPLETION WILL BE DETERMINED SUCCESSFUL WHEN: 1. All equipment is installed and is operational during in-service 2. Vendor s representative has adequately trained to the stakeholder s expectations 3. Product has been implemented into procedures and used daily for two months without equipment issues. 4. Warranty: Free from defects in material and workmanship for one year from the date of invoicing. ORDERING INFORMATION: Payment will be administered to vendor upon project completion in one full payment (total cost outlined in the quote). OTHER REQUIREMENTS: A warranty period to cover one full year from installation date. B. EQUIPMENT REQUIREMENTS The salient characteristics/equipment requirements of the five (5) Air Innovations Sterile Storage Cabinets shall at minimum be as follows: Note: This is a brand name requirement. SPECIFICATIONS Overall unit dimensions: 30.5"" Wide x 32"" Deep x 77.5"" High 520 lbs.; Five (5) shelves 27 3/4"" Wide x 18"" Deep; Overall payload dimensions: 28"" Wide x 19"" Deep x 42"" High; Must meet requirements of VA Directive 1116(2); CSA (Canadian Standards Association) Z314.15-10; ANSI/AAMI ST79-2006; ANSI/ASHRAE/ASHE Standard 170-2017; Maintain 66°F to 72°F temperature; Maintain humidity at 20% to 60% RH; Maintain positive pressure +0.03""WC; Meet IEC 60601-1 medical standard for power supplies; Conform with UL60601-1; Easily cleanable interior 304 stainless steel construction with cleanable white powder coated aluminum exterior; HEPA filtration designed to exceed ISO 7 Cleanliness; Continuous air delivery system; Maintain a minimum of 10 air changes per hour; 55-59 DBA at 3 feet (1 meter); Integrated condensate control system; Integral pressure monitoring with alarm; Onboard custom control system provides easy operation utilizing a digital display for monitoring temperature, humidity, pressure and status; Unit mounted on casters for easy relocation as needed; Capability to interface with VA network environmental monitoring system via an access port; Stainless-steel pull-out shelves, adjustable height; 120V hospital grade 10ft long plug-in-chord; Steam humidification utilizing standard demineralized water; Integral 2.8 liter reservoir filled through front spout access; Lockable door with keypad; Optional ducted heat exhaust; Must use demineralized water; Must have 120-1-60 supply, grounded 15 AMP (10 RLA) room receptacle for use in a minimum recommended room size 10' x 10'; Warranty: one-year parts; 90 days labor; Must have a preventive maintenance program/package UV-C light (bathes HEPA filter) Temperature Humidity 0-10VDC Retransmit Kit C. ADDITIONAL INFORMATION All contract administration functions will be retained by the Department of Veterans Affairs. The Contracting Officer will be the only person authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer will be authorized to make commitments or issue changes that affect price, quantity, or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered unauthorized, and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. ACRONYMS AND DEFINITIONS: CDR: Contract Discrepancy Report. Report issued by the Government to the contractor to document a supply or service found to be unacceptable during contract performance. CLIN: Contract Line Item Number. Unit of work (or service) to be performed (or delivered) by the contractor as a pay item. CO: Contracting Officer. A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. POC: An individual, authorized by the contracting officer to perform specific technical or administrative functions related to the contract. QA: Quality Assurance. Actions taken by the government to assure contracted services meet PWS requirements. QASP: Quality Assurance Surveillance Plan. A written document specifying the method used for surveillance of contractor performance. PWS: Performance Work Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eedf10b9f1df4dca86ecbb5224450566/view)
- Place of Performance
- Address: Harry S. Truman VA Medical Center 800 Hospital Drive, Columbia, MO 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN06383474-F 20220712/220710230055 (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 |