Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2023 SAM #7835
SOURCES SOUGHT

46 -- Reverse Osmosis Critical Water System - Supply - STC Sources Sought

Notice Date
5/9/2023 2:46:16 PM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26323Q0651
 
Response Due
5/17/2023 8:00:00 AM
 
Archive Date
08/15/2023
 
Point of Contact
Jennifer Buck, Contract Specialist, Phone: 515-699-5999 x21055
 
E-Mail Address
Jennifer.Buck2@va.gov
(Jennifer.Buck2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice : 36C26223Q0651 Reverse Osmosis Water System St Cloud, Minnesota VA Healthcare System PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. (1) Purpose: This is a Sources Sought Notice to determine if an adequate number of Service-Disabled Veteran Owned Small Business sources may provide the following requirement: Description: Reverse Osmosis Water System NAICS: 325998 (All Other Miscellaneous Chemical Product and Preparation Manufacturing) SBA Size Standard: 650 employees Product Service Code (PSC): 4610 (Water Purification Equipment). Location: Department of Veterans Affairs St Cloud Healthcare System St Cloud, Minnesota Note: A delivery address is not available for a Sources Sought interest notice. (2) Response Required: The only response required for this notice is: a Yes or No to indicate whether your entity is both capable of and interested in providing a quote for this requirement. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, will not accept unsolicited offers in response to this notice.  (3) Response Instructions: Send via electronic mail (ONLY) before 10:00am Central Standard Time (CST), on 05-17-2023 to: Jennifer Buck Contracting Specialist E-mail: jennifer.buck2@va.gov Submit a Capability Statement indicating interest and capability to provide the product. The response shall include: Business Entity Name Legal Business Address SAM.gov Unique Identification Number, DUNS, or CAGE Code Business Point of Contact: Name, Phone Number, and E-mail Address SBA Business Category: SDVOSB, VOSB, we will verify through SAM.gov and Vet Certify (VIP) https://www.vip.vetbiz.gov. GSA Federal Supply Schedule (FSS); if applicable. Proposed Statement of Work Reverse Osmosis Water System St. Cloud VA, 4801 Veterans Drive, St. Cloud MN, 56303 has a requirement for a Critical Water System. The system must be in the configuration of a reverse osmosis system that includes a deionization process and a UV Sterilized recirculation loop. The minimum requirements include but are not limited to the following water quality and production/delivery rates: The system offered by the contractor must, at a minimum, deliver critical water with the following qualities: Water quality greater than 0.1 megohm, but less than 0.5 megohm Hardness - <1 mg/L Conductivity - <10 µS/cm Chlorides - <1 mg/L Bacteria - <10 CFU/mL Endotoxin - <10 EU/mL Total Organic Carbon - <1.0 mg/L Manganese - <0.1 mg/L Copper - <0.1 mg/L Iron - <0.2 mg/L Minimum delivery rate: peak rate of 40 gallons per minute The system shall also include an in-line conductivity monitor with the minimum following characteristics: Four monitoring ranges LCD wall-mounted display and controls Ability to display water temperature Adjustable high and low setpoints Local visual light on the display to indicate when water is outside setpoints Local audible alarm to indicate when water is outside setpoints Programmable alarm delay time 120V AC power cord Space Requirement/restriction The Critical water system must be installed into the space with the following dimensions: 17 0 x 4 1 . INSTALLATION Contractor shall furnish all necessary labor, tools, equipment, and transportation necessary to install critical water treatment system in the space described above. Upon award, Contractor shall coordinate with the Post-award POC for this project to establish work schedule within the contract Period of Performance and coordinate security badging for contractor personnel who will work on site to perform the installation. The contractor s personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. Contractor shall ensure adequate COVID safety protocols. Contractor employees shall follow VA guidelines as appropriate, currently required to wear an approved medical grade face mask, which is provided by the door entrance. St. Cloud VA Contractor badge shall be worn by all Contractor employees while working on VA premises. Installation shall be performed during normal business hours Monday through Friday 8:00 am to 4:30 pm, excluding Federal Holidays, unless otherwise authorized by the VA POC. Contractor shall adhere to the VHA tobacco-free campus policy. ALL INQUIRIES REGARDING THIS SOLICITATION SHALL BE DIRECTED TO THE CONTRACTING OFFICER POSTING THIS SOLICITATION. NO INQUIRIES SHOULD BE MADE TO THE REQUIRING ACTIVITY/POST-AWARD POC. NO INFORMATION REGARDING THIS SOLICITATION WILL BE PROVIDED BY REQUIRING ACTIVITY PERSONNEL.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/061e4fdd320141b48ec870284bd20f75/view)
 
Place of Performance
Address: VA Healthcare System - St Cloud, Minnesota 56303
Zip Code: 56303
 
Record
SN06677292-F 20230511/230509230114 (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 |
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.