SOURCES SOUGHT
65 -- ABQ Cart Washer
- Notice Date
- 4/2/2024 8:53:00 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0928
- Response Due
- 4/10/2024 10:00:00 AM
- Archive Date
- 05/10/2024
- Point of Contact
- Hestia Sim, Contract Specialist
- E-Mail Address
-
Hestia.Sim@va.gov
(Hestia.Sim@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below. Contract Title: Raymond G Murphy VAMC in Albuquerque, New Mexico request for Steam Sterilizer quality testing and consulting. Background: Obsolete unit leaving particulates on carts, cases, and instruments needs replaced. Repairs require purchase of custom-made parts or expensive components held by third parties. Scope: Procurement of replacement Cart Washer and removal of the old unit to ensure the safety of our patients and cleanliness of our instruments. Requirements/Salient Characteristics: Must accommodate a low ceiling of 110 inches. Must accommodate narrow 104 inch wash space. Must have a chamber depth of approximately 118 inches to accommodate current existing carts and instruments that are being utilized. Contractor must perform service on deinstallation of old unit prior installing a new cart washer system. Contractor must remove and dispose or offer a trade-in of old unit from facility within 5 business days of the unit being uninstalled. The unit being removed and disposed/traded-in is Getinge PACS 3000 Model 9128. Contractor must offer installation service of a new cart washer system. Work must be completed by authorized and trained OEM Must include renovation site services including but not limited to minor alterations that need to be made on-site to fit the washer into the current placement in the facility (i.e., attaching anchors, hammering out concrete, cutting the floor, removing wall paneling, etc.). Must be green initiative recycling at least 70% of water per cycle. Must use minimal water - using no more than 50 gallons of water per cycle. Must have vented drying. Must have a chemical dosing system to add chemicals accurately and efficiently. Must have automatic floor tilt so water buildup pours out of the carts during sterilization. This feature is required to ensure the bottom of carts are vented out properly to avoid any spills on the facility floor in order to prevent slip hazard environment for staffs and patients safety. Must have drain discharge cool down. Must have automatic full-glass sliding doors. Must have 3 chemistry pumps allowing the washer to use a combination of chemicals. The feature must pumps each one individually to prevent chemicals from mixing prematurely. Must have a touchscreen control. Cart washer must be come with container rack that is compatible with the offering washer to connect in the center and force water through to clean smaller cases if needed. Must have an option for installation of an additional instrument cycle. Must be able to ensure complete cleaning coverage in a minimum of 10 minute cycle time. Must include a Pure water line. Must include instrument cycle options on control, manifold piping, enzymatic pump system, and flow meters. Must have a USB port so cycle recordings can be downloaded if needed. Installation/Uninstallation Service The vendor is required to manage and coordinate installation at the VA Albuquerque SPS with designated POCs. On-site uninstallation and installation of items and performance of services identified in this document shall take place during normal business: Monday through Friday 0800 to 1630. Afterhours service will be acceptable if requested and scheduled in advance with VA Albuquerque SPS. The vendor is required to define the need for a staging area to accommodate item assembly and installation if needed. The vendor is required to provide tools, labor, and material to complete assembly and uninstallation/installation of items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and uninstallation/installation damage. The vendor shall dust covers and protection to extent necessary to prevent damage to finished spaces and protect staffs and instruments. Any damaged occurred during the service indicated in this document is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damages or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s or associated sub-contractor installation. The vendor will perform all work in such a manner that will cause a minimum interface with VA GLA operations and the operations of other contractors on the premises. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VA Albuquerque. On-site representatives can be the installer. All instructions provided from the designated POCs to the representative will be binding as if given to the vendor s main contact. The designated POCs may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. The vendor must communicate through the VA Albuquerque SPS any required coordination requirements prior to and during deliver and installation/uninstallation services. Task - Enterprise Management Controls: Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation, and related functions. Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract. Deliverables: NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. For equivalent cart washer other than Steris, offerors may create additional line items for additional feature/accessories required in order to meet the salient characteristics above. Offerors must include the brand name and model# if different than listed below and must provide product brochures and evidence that the equivalent brand meets the requirement. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. CLIN Description Model # QTY UOM 0001 STERIS VISION 1330L Cart and Utensils Washer/Disinfector, 200-208V, 60hz, Steam Heated, Double power doors, 316l Chamber or equivalent cart washer /disinfector FW10201 GTIN: 00724995193621 1 EA 0002 Cart Washer Container Rack FD322 GTIN: 00724995151089 1 EA 0003 Instrument cycle package - Includes: Instrument rack, instrument cycle option on control, manifold piping, enzymatic pump system, flow meters. FY030011 GTIN: 00724995151430 1 EA 0004 Pure Water Line FY030010 1 EA 0005 Low Ceiling of 110"" for 1227 (Installed on Unit) H2176 1 EA 0006 Kit for a Narrow (104 inch) Vision 1300 Series Cart Washer FD007 1 EA 0007 Install Vision Cart Washer SE101372 1 JB 0008 Deinstall Cart Washer SE1010021 1 JB 0009 Standardization Incentives STANDARDIZATIONINCENTIVE 1 EA 0010 Trade-in Discounts (trading-in model# Getinge PACS 3000 Model 9128) TRADEINCOMPWASH 1 EA 0011 IPT Renovation Site Services SE60189 1 JB Performance Monitoring Sterile Processing Service (SPS) Chief or designated SPS personnel will oversee the installation and will ensure the project proceeds as agreed. Other Pertinent Information or Special Considerations. 1 year Preventative Maintenance must be provided and included with the cart washer equipment purchase. Place of Performance. Raymond G Murphy New Mexico VA 1501 San Pedro Dr SE Albuquerque, NM 87108 SPS, Bldg 41 Room BC103A Period of Performance. Vendor is to be scheduled an appointment to begin work within 60 days of contract approval. Delivery Schedule. No longer than 60 days after approval of contract, please contact one of the below to setup and coordinate maintenance. Items being offered must be in compliance with the Buy American Act. If you are interested and are capable of providing the required supplies, please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 325412 Pharmaceutical Preparation and Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing and product lead time for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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 a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 325412 (1 employees). Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4/10/2024 10:00 AM Pacific Local Time. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e69c282e6c424dbe82c422aee7143d4d/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Albuquerque Healthcare System Sterile Processing Service 1501 San Pedro Drive SE,, Albuquerque, NM 87108, USA
- Zip Code: 87108
- Country: USA
- Zip Code: 87108
- Record
- SN07017602-F 20240404/240402230046 (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 |