Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOURCES SOUGHT

65 -- Brand Name Only ""Pure Steel Reprocessing Sinks""

Notice Date
1/13/2025 7:04:39 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0272
 
Response Due
1/23/2025 10:00:00 AM
 
Archive Date
02/22/2025
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name Only Pure Steel Reprocessing Sinks. The machine will be delivered to the Lebanon VA Medical Center, located in Lebanon, PA 17042. Title of Project: Brand Name Only Sterile Processing Service (SPS) 2-Bay and 3-Bay Ergonomic Reprocessing Sink with Built-in GFCI Electrical Outlets and Accessories Scope of Need: Vendor shall provide all resources necessary to accomplish the deliverables described in this Statement of Need (SON), except as may otherwise be specified. Vendor shall provide one (1) SPS 2-Bay Reprocessing Sink and one (1) SPS 3-Bay Reprocessing Sink as well as accessories to the Lebanon VA Medical Center. Background: Lebanon VA Medical Center has a current need for one (1) SPS 2-bay reprocessing sink and one (1) SPS 3-bay reprocessing sink with accessories. The current reprocessing sinks were recommended to be upgraded by VISN SPS Auditors in May 2024. In addition, a Hazard Surveillance Inspection was completed in June which resulted in two findings. The first finding was that the current sinks are ergonomically incorrect for accommodating the diverse heights of SPS staff. The second finding was that the current sinks didn t have built-in GFCI outlets causing outlets to be overloaded, which is a facility safety hazard. Therefore, the requirement exists for the new sinks to be within safety requirements having ergonomic capabilities for diverse height of SPS staff, as well as having built-in GFCI electrical outlets (not power cords and power strips). Delivery: Delivery shall occur within 90 days of contract award in coordination with the Point of Contact (POC). Type of Contract: Firm Fixed Price, Brand Name Only General Requirement: The Lebanon VA Medical Center has a Brand Name Only requirement for Pure Steel 2-Bay and Pure Steel 3-Bay Ergonomic Reprocessing Sinks with Built-in GFCI Electrical Outlets and Accessories. Pure Processing, the OEM for Pure Steel, has the latest technology in ergonomic and productivity features which no other manufacturers on the market can provide. The Lebanon VA Medical Center requires one (1) Pure Steel 2-Bay Ergonomic Reprocessing Sink with Built-in GFCI Electrical Outlets and Accessories that meet the salient characteristics listed below. Pure Steel 2-Bay Sink Descriptions of Required Products Qty. Required 55 L x 30 W Height-adjustable Ergonomic sink. 2 basins measuring 24 x 18 x 10 . Part# PS-5530-HA-02-241810B 1 55 L x 24 H Integrated Sink pegboard with standard peg design throughout. Part# PS-SK-PB-5524-S 1 Wall-mounted faucet with installation kit. Part# FSNK-01 1 Deionized faucet with swivel gooseneck. Part# LG-WDSU-R1 1 Built-in basin temperature gauge. Part# PS-THERMO-GAUGE 1 Sink Light Hood 2 in length. Part# T-SK-PB-HOOD-02 2 24 x 12 Shelf with built-in LED light bar. Part# PS-SLF-LGHT-24x12 1 Water-resistant, large, easily visible integrated timer with alarm function. 9.75 L x 4.75 H x 3 D. Part# PSWPT 1 Task Light featuring 27 gooseneck arm and 2x magnification and water-resistant. Part# PS-HAL-LGHT 1 FlexiPump Flushing System x2, instrument pre-cleaning pump for flushing of channeled instruments. Part# PSFPS-01 2 Double bracket holder for FlexiPump system for wall install or countertop use. Holds two FlexiPump systems. Part# FP-DBBR 1 Bay drain kit assembly with telescoping drains for double basin sink. Part# PS-TSDK-02 1 Factory assembly and product assembly including final polish and cleaning. Part# PS-ASSEMBLY-T3 1 Pure Steel 2-Bay Sink Additional Salient Characteristics: Height-adjustable with push button lifters Electro-mechanical lifters that can adjust height during work. Feature at least a 3-year warranty Require no on-site maintenance or servicing. Dimensions: No larger than 55-inches L x 30-inches W to accommodate the space limitations in department Marine edges Integrated GFCI outlets (8 minimum outlets) Ergonomic 45-degree wrist slants Height-adjustable bottom open shelving and peg storage wall The Lebanon VA Medical Center requires one (1) Pure Steel 3-Bay Ergonomic Reprocessing Sink with Built-in GFCI Electrical Outlets and Accessories that meet the salient characteristics listed below. Pure Steel 3-Bay Sink Descriptions of Required Products Qty. Required 120 L x 30 W Height-adjustable Ergonomic sink. 3 basins measuring 30 x 18 x 10 . Part# PS-12030-HA-03-301810B 1 120 L x 24 H Integrated Sink pegboard with standard peg design throughout. Part# PS-SK-PB-12024-S 1 Wall-mounted pre-rinse faucet sprayer installation kit. Part# T-SNK-SPRAY 1 Wall-mounted faucet with installation kit. Part# FSNK-01 1 Deionized faucet with swivel gooseneck. Part# LG-WDSU-R1 1 LED basin lights. Part# PS-LED-BSN-02 1 Sink Light Hood 4 in length. Part# T-SK-PB-HOOD-04 1 Sink Light Hood 2 in length. Part# T-SK-PB-HOOD-02 1 Task Light featuring 27 gooseneck arm and 2x magnification and water-resistant. Part# PS-HAL-LGHT 1 Water-resistant, large, easily visible integrated timer with alarm function. 9.75 L x 4.75 H x 3 D. Part# PSWPT 1 Built-in basin temperature gauge. Part# PS-THERMO-GAUGE 1 Brush organizer rack. Part# PS-BRRK 1 Pure Channel Flush Touchless Auto Dispenser (auto-dispensing detergent dosing system). Part# PCFTAD 1 1 Gallon Bottle. Part# SGH-01 1 Pure Steel Leak Tester Shelf 6 W x 8 H x 10.5 D. Part# PS-SM-LTS 1 Pure Steel Staging Counter. Part# PS-SC-01 1 Pure Steel Stainless Steel Wire Basket, 12 x 12 x 4 Part# HP6205 2 Factory assembly and product assembly including final polish and cleaning. Part# PS-ASSEMBLY-T3 1 3 Bay Telescoping Drain kit for triple bay sink. Part# PS-TSDK-03 1 Pure Steel 3-Bay Sink Additional Salient Characteristics: Height adjustable with push button lifters Electro-mechanical lifters that can adjust height during work. Feature at least a 3-year warranty Require no on-site maintenance or servicing. Dimensions: No larger than 120-inches L x 30-inches W to accommodate the space limitations in department Marine edges Integrated GFCI outlets (8 minimum outlets) Faucet sprayer featuring at least a 10 gooseneck swivel spout and ergonomic grip handle. Ergonomic 45-degree wrist slants Height-adjustable bottom open shelving and peg storage wall Delivery: A. Delivery of equipment shall be made to: Lebanon VA Medical Center ATTN: Building 6, Warehouse 1700 S. Lincoln Ave. Lebanon, PA 17042 Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: Please indicate the 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. 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 number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on January 23, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a028755ad61a4d89b0a5cb0defc71d45/view)
 
Place of Performance
Address: Lebanon VAMC 1700 S. Lincoln Ave., Lebanon 17042
Zip Code: 17042
 
Record
SN07311458-F 20250115/250113230101 (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.