SOURCES SOUGHT
65 -- Portable Reverse Osmosis System
- Notice Date
- 1/26/2024 9:01:23 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24624Q0375
- Response Due
- 2/1/2024 8:00:00 AM
- Archive Date
- 02/16/2024
- Point of Contact
- rochene.carroll@va.gov, Rochene Carroll, Phone: 910-488-2120
- E-Mail Address
-
Rochene.Carroll@va.gov
(Rochene.Carroll@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following item: Reverse Osmosis System for Dialysis Clinic Attachment 1-Draft Salient Characteristics If the contractor can provide the above-mentioned product, the contractor SHALL submit product information for evaluation. If the contractor can provide the above items, the contractor SHALL provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. All responses shall be submitted no later than 1100AM EST on Thursday, February 1st, 2024. All interested parties should respond in writing, via email, to rochene.carroll@va.gov. No telephone inquiries will be accepted. Please include the following information: Company/individual name, Address, Point of contact with phone number 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.) Sufficient information to demonstrate the ability to provide the required item If your firm is a Service-Disabled Veteran-Owned or Veteran-Owned Small Business, you must be CERTIFIED in VetCert (see internet site: https://veterans.certify.sba.gov). The Veteran Administration is required to give priority to SDVOSB and then VOSB concerns if there should be sufficient firms available to compete under a set-aside. If insufficient veteran owned small business responses are received, the acquisition will be set-aside for small business participation if there are sufficient firms available. If insufficient small business responses are received, the action will be advertised for full and open competition. Please title the subject line for all responses as: Sources Sought Reverse Osmosis System for Dialysis Clinic, 36C24624Q0375. Locations where deliveries are needed: Salisbury VAMC 1601 Brenner Ave Salisbury, NC 28144 Salient Characteristics Reverse Osmosis System for Dialysis Clinic Functions to be performed: Reverse Osmosis System for Dialysis Clinic in Salisbury Equipment purifies water for Dialysis patients to receive treatment Performance required: 1) Shall meet the most recent standards for Dialysis Systems and water quality as defined by Advancement of Medical Instrumentation (AAMI), American National Standards Institute (ANSI), and the International Organization for Standardization (ISO), for dialysis water systems and dialysis water quality. 2) Shall have capacity to provide treated water for the specified size of the VA Dialysis Center operating three shifts per day six days per week as Dialysis Center size will vary by location. Dialysis Centers will be: 12 stations plus isolation station, 16 stations plus isolation station, 20 stations plus isolation station, 24 stations plus isolation station, 28 stations plus isolation station, 32 stations plus isolation station, 36 stations plus isolation station. Each dialysis station will provide sufficient water to generate dialysate at a flow rate of typically 800 ml/min. In addition to the water required to run the above size Dialysis Centers, the RO System shall be able to provide treated water in such a way to minimize bacterial growth in the loop distribution system and meet peak demand at all points of use. 3) Shall have capability for hot water disinfection of the distribution water loop. Shall have capability for semi-automated disinfection of RO membranes using either heat sterilization or chemical disinfection. 4) Shall be of hygienic design, with automated functions that include disinfection cycles, auto start, and continuous online monitoring of RO System functions and water quality. Shall have a permeate divert safety feature that diverts water to drain on RO System start-up and if water quality falls below required specifications. Shall have an auto run feature that allows RO System to drain periodically to reduce bacteria growth when the system is not in operation. 5) RO pump shall be made of durable material that is capable of maintaining operating pressures per the manufacturer s guidelines on RO membranes. 6) RO control system shall include: a) A digital control system that is programmable for alarm limits and operational parameters for system functions that include operational and standby modes, hot water disinfection, and semi-automated chemical disinfection of the RO membranes (if this is the mode of disinfection of the RO membranes inside the system). b) Control monitors and digital display of RO operating status and alarms. Display shall include RO internal pressures, flow rates, conductivity, percent rejection, and alarms for water levels and water leakage. c) Automatic interface with the pre-RO water holding tank to detect low water level in the pre- RO holding tank and shut down the RO pump. d) Automatic interface to lock-out RO when any of the pretreatment systems are backwashing or regenerating. e) Automated alarm system with visible alarms and audible alarms in RO room and patient treatment area. Alarm system shall have three-minute delay-mute button. Alarm shall be capable of notifying operators when the quality of water does not meet desired specifications or if the system malfunctions. 1. Heat Disinfection System: a) Shall be able to heat disinfect the water distribution system up to the station boxes. The system shall be capable of interfacing with the hemodialysis treatment machine systems to allow semi-automated heat disinfection of the water inlet lines to the hemodialysis machines at the time of heat disinfection of the central loop at night. b) Shall have a heat tank size of a minimum of 330 liters (and shall be properly sized to provide hot water that allows for integrated heat disinfection of at least 30 dialysis treatment machines in one night), a stainless steel water tank, and a circulation pump system which is compatible with the heat disinfection. c) The hot water tank temperature shall have an automatic heating element control to maintain tank temperature between 60ºC and 90ºC. d) During the heat disinfection cycle, the system shall maintain a water temperature (80ºC) for at least 10 minutes through the distribution loop. e) The tank shall include sensors to indicate full and empty conditions to the control system. 2. Pre-treatment System: Components shall include the following: a) Water mixing valve to provide water at approximately 77ºF. Temperature gauge installed with bypass. A thermometer for display of the tempering valve output water temperature. b) Cold water bypass that allows cold water to bypass the tempering valve when needed. c) Water pressure booster pump with a variable speed motor that allows it to change the pump speed based on demand. d) Automatic backwashing sediment filter: The filter shall be capable of removing particulate matter down to 20 microns, and shall interface to lockout RO when in backwash. The tank shall be equipped with a programmable control head for automated backwash cycle setup and have a 7-day timer for display of the backwash cycle. e) Automatic regeneration water softener with a salt brine tank: The softener shall interface to lockout RO when in regeneration mode. The softener shall be sized to provide softened water for at least 2 days of dialysis operation before requiring regeneration. The softener shall be equipped with a programmable control head for automated regeneration cycle setup and shall have a 7-day timer for display of the regeneration cycle. f) Automatic backwashing carbon tank system: The system shall consist of at least a primary and a secondary tank aligned in a series configuration. Each tank shall be capable of providing water that meets the most recent AAMI water chlorine standards. Tanks shall be sized to provide minimum total Empty Bed Contact Time (EBCT) of at least 5 minutes per tank (10 minutes for two tanks). Each tank shall interface to lockout RO when in backwash and shall be equipped with a programmable control head for automated backwash cycle setup and shall have a 7-day timer for display of the backwash cycle. Carbon tanks should be filled with pre-rinsed granular activated carbon material and should have sampling ports before and after both worker and polisher tanks. g) Cartridge pre-RO filter to remove particles coming from the feed water, as a final filtration step prior to the reverse osmosis membranes. 3. Post-treatment and Distribution System: The water distribution system must be a loop configuration, preferably direct feed. All components shall be compatible with heat disinfection system components, and shall include the following: a) Pyrogen (endotoxin) filtration system the system shall be sized to meet the required water flow rates of the water distribution system. b) Distribution loop piping system: Piping made of material that meets AAMI standards and are inert to high purity water. The piping material shall enable efficient heat disinfection of the disinfection loop (e.g. stainless steel with external heat insulation). The loop design shall have no dead ends or blind loops and shall include a loop back pressuring system and recessed wall stations with connections for dialysis water, water drain line and with stainless steel quick connectors and shut off valves for bicarbonate and acid concentrate(s) (if requested by VA). c) A water sampling tap in the post-RO System to allow for regular sampling of RO product water collected by VA personnel. (C) Essential physical characteristics; Dimensions (if applicable) At most 20x9x8 inches with metal wheels
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5adfd3f70b324a5fb2b47d25ad4fbdb2/view)
- Place of Performance
- Address: VAMC Salisbury 1601 Brenner Avenue Salisbury, North Carolina 28144-2515, USA
- Zip Code: 28144-2515
- Country: USA
- Zip Code: 28144-2515
- Record
- SN06947272-F 20240128/240126230048 (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 |