Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOLICITATION NOTICE

66 -- Reverse Osmosis Water Purification System Notice of Intent to Sole Source

Notice Date
11/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;201 Hay Street, Suite 304;Fayetteville NC 28301
 
ZIP Code
28301
 
Solicitation Number
VA24611RP0031
 
Response Due
12/1/2010
 
Archive Date
12/4/2010
 
Point of Contact
Olin Newsome
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: Combined Synopsis/Solicitation for Commercial Supplies and Notice of Intent to Sole Source 1. This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6 and Far Part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as Request for Proposals # VA-246-11-RP-0031. The solicitation document and incorporated provisions and clauses are those in effect through the most recent Federal Acquisition Circular. The NAICS Code is 333319. 2. The Department of Veterans Affairs Medical Center, Durham, VA intends to negotiate a sole-source, fixed-price procurement for a Reverse Osmosis Water Purification System with MAR COR Medical Services Incorporated, 4450 Township Line Road, Skippack PA under RFP: VA-246-11-RP-0031. This notice will be distributed solely through the Federal Business Opportunities (FBO) Website (www.fedbizopps.gov ). Interested parties are responsible for monitoring the FBO site to ensure they have the most up-to-date information about this acquisition. 3. VISN 6 intends to open two chronic dialysis treatment units (Raleigh, NC and Fayetteville, NC). Both units require a purified water treatment system (PWTS). VA/VISN 6 will lease approximately 10,000 square feet of which the water treatment room is 330 square feet. Each of the dialysis facilities will run two HD (spell out what HD stands for) shifts with a total length of operation of about 8-10 hours per day, six days per week. Raleigh PWTS shall be sized to provide treated water to 20 dialysis stations, fit in the square footage listed above, and provide distribution piping loops to 12 dialysis treatment stations, 1 isolation room dialysis station, and 1 service/maintenance area station (See attached diagram) (are you going to attach the documents/are they in a format that can be posted to FBO?). Fayetteville s PWTS shall be sized to provide treated water to 20 dialysis stations, fit in the square footage listed above, and provide distribution piping loops to 16 dialysis treatment stations, 1 isolation room station, and 1 service/maintenance area station. A PWTS shall include, but is not limited to, the following components: 1) Reverse Osmosis water purification system with control system 2) heat disinfection system 3) pre-treatment system 4) post-treatment and distribution system 5) emergency DI interface system and 6) acid distribution system. 4. Based on market research conducted that included a Sources Sought announcement posted to FBO, it has been determined that the VA requirement for the referenced Reverse Dialysis System can only be provided by MAR COR Medical. 5. Potential equipment suppliers are responsible for the complete installation (turnkey) to include the distribution loops/system up to the station boxes, startup, training and certification. The PWTS must meet current/latest AAMI standards, be cleared as a 510k medical device for hemodialysis use, and be installed by a qualified water treatment provider. The building Lessor will be responsible for providing utilities (water, drainage, power [outlets and 3-phase]) per the purified water treatment supplier requirements. Service boxes for dialysis stations shall be provided by the purified water supplier and include 1 water and 1 acid connection. Six of the service wall boxes in the unit will have an extra water connection each to allow for connection and disinfection of the spare hemodialysis machines during the chemical disinfection of the central loop. Service boxes shall be installed by the Lessor or designated subcontractor per purified water treatment supplier s requirements. The Lessor shall be responsible for the piping from the service box to the drain. 6. The following are minimum specifications that must be met or exceeded by any potential equipment supplier for water purification/reverse osmosis (RO) system for Raleigh s and Fayetteville s chronic dialysis treatment units. Equipment supplier shall provide an itemized list of all components/accessories with specifications and include any value added feature such as automation, energy/water savings, chemical disinfection, etc. Offers will be evaluated for completeness and best valued determination to make a selection. Equipment supplier shall provide a bubble diagram outlying location of components with electrical, plumbing and general requirements with notes. A.Reverse Osmosis Water Purification System: 1.Must meet latest AAMI standards 2.Must have the capacity to provide treated water up to 20 dialysis stations with each station providing water at a flow rate of 800 ml/min. In addition to the water required to run the 20 dialysis stations, the RO must be able to provide treated water to maintain a velocity rate of minimum 5 feet per second in the return loop (piping expected to be 1 Teflon tubing).. 3.Must have the capability for hot water sanitization 4.Must be of hygienic design, with automated functions that include disinfection cycles, auto start, and continuous online monitoring of RO functions and water quality. It must have a permeate divert feature that diverts water to drain on RO start-up and if water quality falls below the required specifications. It must also have an autorun feature that allows the RO to run to drain periodically to reduce bacteria growth when the RO is not operating. 5.The RO pump shall be a stainless steel submersible pump capable of maintaining operating pressures on the RO membrane. 6.RO control System: 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, and chemical disinfection. b.The control monitors and provides digital display of the RO operating status and alarms. Display shall include (but not limited to) RO internal pressures, flow rates, conductivity, percent rejection, temperature, pH, and alarms for water levels and water leakage. c.Automatic Interface with the water storage tank to detect low water level in the tank and shut down the RO pump. d.Automatic interface to lock-out RO when any of the pretreatment systems is backwashing or regenerating. e.An automated alarm system with visible alarms and audible alarms in the RO room as well as in the patient treatment area. Alarm system should have three-minute delay mute button. The alarm should be capable of notifying operators when the quality of water does not meet the desired specifications or if the system malfunctions. B.Heat disinfection system: 1.The system should be able to heat disinfect the RO machine, the storage tank, and the water distribution system up to the station boxes. The system must be capable of interfacing with the Gambro Phoenix hemodialysis machine system to allow automated heat disinfection of the water inlet lines to the hemodialysis machines at the time of disinfection of the central loop at night, 2.The heat disinfection system should be properly sized per SOW and should have a stainless steel water tank and a dual circulation pump system that are compatible with the heat disinfection. 3.The hot water tank temperature shall have automatic heating element control to maintain tank temperature. 4.The tank shall incorporate level sensors to indicate full and empty conditions to the control system. C.Pre-Treatment System: Components shall include but not limited to: 1.Water mixing valve to provide water at 77F. Temperature gauge installed with bypass. A digital thermometer for display of the tempering valve output water temperature. 2.Automatic cold water bypass that allows cold water to bypass the tempering valve and have pretreatment components backwash using cold water at night. 3.Water pressure booster pump with a variable speed motor that allows it to change the pump speed based on demand. 4.Automatic backwashing sediment filter: The filter should be capable of removing particulate matter down to 20 microns, and should interface to lockout RO when in backwash. The tank should be equipped with a programmable control head for automated backwash cycle setup and have a digital 7-day timer for display of the backwash cycle. 5.Automatic regeneration water softener with a salt brine tank: The softener should interface to lockout RO when in regeneration. The softener must be sized to soften water for at least 2 days of dialysis operation before requiring regeneration. The softener must be equipped with a programmable control head for automated regeneration cycle setup and must have a digital 7-day timer for display of the regeneration cycle. 6.Automatic backwashing carbon tank system: The system consists of a primary and a secondary tank. Each tank is capable of providing water that meets AAMI water chlorine standards. Tanks should be sized to provide minimum total Empty Bed Contact Time (EBCT) of 12 minutes (6 minutes per each tank). Each tank must interface to lockout RO when in backwash and must be equipped with a programmable control head for automated backwash cycle setup and must have a digital 7-day timer for display of the backwash cycle. 7.RO Pre-filter to remove particles down to 5 microns from the feed water. D.Post-treatment and distribution system: All components should be compatible with heat disinfection. System components include, but not limited to: 1.A 200 gallon storage tank fitted with spray ball and a vent filter 2.A dual distribution pump system: The pumps should have variable speed motors that allow the pump speed to be adjusted based on the system needs. The pumps should be wired to alternate operation automatically every 24 hours. 3.Pyrogen filtration system (0.05 micron): The system should be sized to meet the required water flow rates of the water distribution system. 4.Distribution loop piping system: made of 1 Teflon tubing and installed with light-blocking outer shield. Efficient loop design with no dead ends or blind loops. Loop back pressuring system. Recessed wall stations with stainless steel quick connectors. 5.Digital flow velocity meter that displays flow in feet/second and is installed on the return loop. E.Emergency Deionizers (DI) system: 1.The DI system to be used as an RO bypass 2.Contains an interface to allow two DI tanks to be put on-line and followed by pyrogen filters. 3.The system should include a resistivity monitor and a divert system to divert water to drain if it does not meet the desired quality. It should also have a 1megohm light and gauges. F. Acid distribution system: 1.System should have a minimum of 300 gallon storage tank 2.All acid distribution tubing shall be installed to each station. G.Miscellaneous items include: 1.Water system manual (electronic and hard copy) with system training CD 2.All labeling and identification tags of system components and valves. 3.Electronic copy of all equipment labels with operational function, purpose, quality checks, factors affecting operation and actions. 4.Complete drawing of the purified 5.A disinfection procedure of the newly installed system prior to putting it to service. 6.AAMI chemical testing: one sample from RO product port and one from return loop sample port. 7.Bacterial and LAL testing: one sample from RO product water, one from loop inlet, and one from loop return. H.Equipment supplier should provide the following as options with associated pricing: 1.Annual service contract detailing services provided 2.Booster Pump Parts Kit 3.R-100, a hand held that allows the user to read functions and make pump operational parameter settings. 4.RO Parts Kit that includes valves, piping, connecting fittings. 5.Pump disinfection kit 6.Installation kit that includes PVC parts to install system components 7.Maintenance training: Equipment supplier must provide biomedical maintenance training for one (1) BMET, including all tuition, course materials, travel, and lodging and per diem related to attendance of the training. 8.Operator training: Equipment supplier must provide onsite training for each work shift and unrestricted technical/clinical assistance via telephone on a 24x7 basis. 9.Service publications: Equipment supplier must provide two (2) complete sets of service manuals, including all schematics, and service software of a type that is the same or equivalent to that utilized by the OEM's Field Service Engineers. I.Warranty: Equipment supplier must provide a minimum warranty of one (1) year to cover all parts and labor, less any consumables, with all PMs recommended by the OEM included. A minimum of one (1) PM to be performed during warranty period with scheduling to be at the convenience of the government. 7. This notice of intent is not a request for competitive quotations, however, interested parties may identify their interests and capability to respond to this requirement or submit quotes to this office by 3:00 pm, EST, December 1, 2010, via email to the attention of: Olin D. Newsome Jr., at olin.newsome@va.gov. Information received will be solely for the purpose of determining whether to conduct a competitive procurement. The North American Industrial Classification System Number (NAICS) is 333319, Other Commercial and Service Industry Machinery Manufacturing. The awardee shall be registered in the Central Contractor's Database (CCR) and also the Online Representations and Certification (ORCA) at http://orca.bpn.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC565/FaVAMC565/VA24611RP0031/listing.html)
 
Record
SN02329195-W 20101119/101117234417-a4b957f6ade633eac8043d020d28ac72 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.