Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

J -- Aquapure Dialysis (VA-17-119678) - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA24217N0767
 
Response Due
6/23/2017
 
Archive Date
7/8/2017
 
Point of Contact
COBAS, JUAN
 
E-Mail Address
3-7731<br
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Canandaigua, NY for the purpose of collecting information about creating a full maintenance program for the Albany VA Aqua Pure Water Purification System in the Hemodialysis unit, located at, 800 Irving Ave, Albany, NY 13210. The VA is seeking to provide for this requirement beginning on October, 1st, 2017 on a base year plus two (2) option years to be exercise at the discretion of the government. The North American Industry Classification Systems (NAICS) code for this requirement is 811219 ((Other Electronic and Precision Equipment Repair and Maintenance) with a Small Business size standard of $20.5 million. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Juan Cobas by June, 23, 2017, 1400 hrs. EST. at Juan.Cobas@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. General Scope of Work: The Stratton VA Medical Center in Albany New York is currently soliciting request for a full maintenance contract for the Aqua Pure water purification system in the Hemodialysis unit on the 2nd floor. The intent of this SOW is to have the systems maintained in accordance with manufacturer s recommendations (AmeriWater) and frequency. It is also the intent to have the vendor be on-call for emergency service requests outside normal business hours, nights, holidays, and weekends during critical times when needed. Service requests may be billed separately for issues non related to general routine maintenance visits. Only Authorized AmeriWater service vendors are authorized to work on this system. Authorized dealers are required to respond within the hour for emergency calls due to the criticality of patient care. The VA C&A Security requirements do not apply. Period of Performance The base period of performance for this contract shall be for the remainder of FY 2018, beginning on October 1st and running through September 30th 2018. This solicitation includes the provision of pricing for this base year, and two (2) option years beginning October 1, 2018 that may be exercised at the discretion of the government. Detailed Scope of Work Price includes a back-up Deionization Water Treatment System, the distribution system, all other components and software, and any expendable supplies necessary to accomplish these tasks. Inventory: Ameriwater model MRO2X 10 Station Hemodialysis RO Water Treatment System s/n 26035, VA EE #185472 System located in room D232, Hemodialysis. 2 Ameriwater model MROS RO+ portable RO units (VA EE #153514 and 153515) a 14 B Braun model 710500L Dialog + Hemodialysis Machines (VA EE #163725, 163727, 163728, 163729,163730, 163731, 163732, 163733,163734, 164251, 164252, 164253,164254, 164255. General: Contractor is to provide all transportation, lodging, labor, tools, and materials necessary to accomplish the work outlined herein. No additional charges, except for those specifically outlined in this solicitation, shall be charged to the VA at any time. All work shall be performed in strict accordance with the manufacturer's standards (AmeriWater, 1257 Stanley Ave., Dayton OH 45404). Only vendors certified by AmeriWater licensed vendors and maintenance technicians for AmeriWater products will be allowed to perform any maintenance function of this contract. Evidence of this certification must be provided before any work may commence (further details are available in section M, evaluation factors). The purpose of this contract to provide both preventative maintenance/service and on-call emergency support for dialysis equipment and infrastructure. The equipment covered includes two AmeriWater portable reverse-osmosis units, and one main AmeriWater reverse-osmosis unit, and one main deionization backup unit. For the purposes of this solicitation, these will be referred to as the Main RO Unit, the Portable RO Units, and the Backup DI Unit. This contract also calls for the servicing of all on-site dialysis machines. There are currently 14 of these machines on-site. Servicing of these machines refers to water testing, sampling, and disinfection of the dialysis machines only. General maintenance and repairs will be performed by VA Biomedical Engineering staff. The pricing for this contract will be on a per-unit, per-task basis, which will be applied to any and all active units on-site at that time. The pricing shall remain fixed regardless of the number of units on-site. The contractor may call the dialysis nurse manager to determine the number of units on-site in advance of a visit for planning purposes. The contractor is to provide full details of and readiness to implement a back-up emergency plan to provide dialysis quality-water to the Albany VA Medical Center in the event of an emergency. This may include, but is not limited to, furnishing a DI System or a RO unit on short notice to the medical center for emergency use. An in-depth outline and description of this plan will be provided as a part of the contractor's proposal submission. All work is to be performed by competent personnel, experienced and qualified to work on the specific equipment listed on the schedule. All work performed shall be first-class in accordance with good manufacturing practices. It is the contractor's responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. CONTRACTING OFFICER RESERVES THE RIGHT TO REQUEST PROOF OF APPROPRIATE TRAINING AND EXPERIENCE FROM VENDOR PERSONNEL FOR SERVICING THE EQUIPMENT ON THE SCHEDULE. Prior to any work, contractor's service representative shall contact the Dialysis Nurse Manager or charge nurse at 518-626-6509. Service tickets will be signed and a copy will be left in the log book located in the Dialysis Unit. Electronic copies of the service tickets shall be emailed to Mark.Zakrzewski@va.gov Contractor shall have access to unique and/or high quality manufacturer's replacement parts (or equal thereto). The contractor shall furnish only new standard parts (manufactured by the maker of the equipment, or equal thereto). All parts shall be of current manufacture (or equal thereto) and shall have full versatility with presently installed equipment. Work not covered by this contract shall not be performed without first obtaining permission of the COR and/or the Contracting Officer. Bills resulting from additional work performed without prior approval will not be honored. Furthermore, the contractor may NOT assume that they will be the primary source of any work outside the scope of this arrangement (e.g., the purchase of new equipment similar to that serviced under this agreement). All work outside of the scope of this agreement shall be competed under the jurisdiction of the FAR, VAAR, and any other applicable laws and statutes to find the best value to the Government. The contractor shall be responsible for informing the COR of any uncorrected deficiencies and noting these on the service ticket. Notation will include the type of deficiency, date and initials. Any deficiency which poses a hazard to patients, staff, or other equipment will immediately be called to the attention of the users and the COR. Contractor shall draw attention to and specifically describe any additional benefits or options that are incorporated in their standard maintenance agreement that are not included in the above specifications. Systems Maintenance: Contractor shall furnish all labor, parts, tools, and equipment as applicable to perform systems maintenance, sanitization, and culturing on RO & DI equipment listed herein and associated software. Contractor shall furnish all labor, parts, tools, and equipment as applicable to perform water testing, sampling, and sanitizing of the dialysis machines listed herein and associated software. A TDS calculation will be performed by the vendor. At completion, a report will be left for the Dialysis staff and will consist of, but not be restricted to: Incoming TDS Product TDS Product pH Product flow rates (GPM/LPM) Con. flow Rate (GPM/LPM) Recirculation flow rate (GPM/LPM) Pump Pressure (PSI) Percent rejection Percent recovery Sterilant used Residual of sterilant used (neg.) Systems maintenance services will be restricted to the following days and times: After 6:30 PM on Tuesdays, Thursdays, and Saturdays All day on Sundays Scheduled systems maintenance on RO & DI equipment will include provision and installation of all parts which would normally be replaced during the course of a standard PM, as recommended or required by manufacturer procedures. The contractor's PM procedures will be comparable to that required by the equipment manufacturer. These procedures shall be presented in writing to the COR before any work begins. At the conclusion of the preventative maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications. The contractor will make every effort to avoid (as much as possible) the need for emergency maintenance services through the use of systems maintenance. RO units, both stationary and portable, utilize a 1-9.75 1 micron filter, which will be changed after every disinfection. Filters are to be provided by the vendor. Scheduled systems maintenance services to the RO & DI equipment will be provided according to manufacturer's recommendations in accordance with the contract. Such service will be provided at equal intervals during the term of the contract. In no instance shall more time elapse for maintenance services than the time specified in section IV below. The contractor is responsible for scheduling all systems service visits prior to the end of the month in which they are due. Any deviations from this schedule must be approved in advance by the COR. Unscheduled Emergency On-call Services: Contractor shall provide unscheduled emergency services as necessary. Emergency services shall be arranged and approved prior to the commencement of any work. Hourly labor rates per the terms of this contract shall apply. Parts (i.e., parts other than those replaced during the course of a standard systems visit as per manufacturer's specifications) shall be priced per standard rates. Emergency services shall be performed after 5:00pm or on Sundays per the terms and conditions of this contract unless the water systems are down and cannot be utilized and other arrangements are made with Dialysis staff. Response to emergency services requests will be a return phone call within one (1) hour by a contractor technician. On-site visits shall be arranged at a time mutually agreeable by Dialysis staff and the contractor. Billing for these services will be subject to alternate payment arrangements as necessary. VA Regulations The Contractor's employees and/or subcontractors approved by the COR shall wear visible identification at all times while on the premises of the VAMC. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. All employees of the Contractor or Subcontractor providing services to the Government must wear a company uniform identified with the company name and/or logo. Uniforms must be neat and clean at all times while working the VA premises and will be approved by the COR. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Any interior or exterior doors that must be unlocked to gain access shall be kept locked during the performance of work unless it results in the creation of a safety hazard. In those instances the Contractor is responsible to take necessary actions to maintain the same level of security prior to gaining access/performing work. Should any other devices need to be unlocked like an entry gate, those devices must be locked immediately upon entry or exit. At no time shall the Contractor allow any person into a locked area or loan keys/access cards to another person. Contractor may be held in default for failure to comply with this requirement and subject the Contractor and employees to contract and other legal remedies. Due to the nature of working at a Government facility, the Contractor's staff may be required to sign in and out each day before entering the facility, as mandated by the VA Police. Further, the contractor may be asked to show valid identification provided by the VA before entry is granted. Contractor may call ahead to the VA Police at specific stations to verify what is necessary for admittance. The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, or security information which may be obtained during the performance of the work or as a result of their presence on Government premises without the written consent of the Government. Smoking is prohibited inside any buildings at the VAMC. Outdoor smoking is only permitted in designated areas. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Contractor shall comply with all applicable HIPAA regulations and requirements necessary to protect the privacy, integrity & reliability of electronic Protected Health Information (ePHI) and provide proof of an existing Business Associate Agreement with the VA. This includes any exposures to ePHI by support personnel or disclosure of any ePHI to any other agents during the course of regular service and support activities, and to any ePHI obtained during the course of complaint investigation or any other FDA mandated activity. Upon termination of this contract, the contractor shall continue to extend this protection to any ePHI retained during this activity. NOTE: Under no conditions shall any electronic storage media be removed from Veterans Affairs (VA) premises without being thoroughly sanitized to VA standards. If the contractor must use any external or non-VA owned equipment, the contractor shall not collect, capture, or store VA information on such equipment without the express written consent of the government. The term equipment as used in this paragraph shall include any equipment used to collect and store data, including (but not limited to) laptops, USB drives, handheld devices etc. The term VA information refers to any VA or government owned information including but not limited to ePHI, HIPAA sensitive data, and all information specified in section VI, paragraph 5 above. Unauthorized Use of Government Equipment Contractor shall not allow his/her employees to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform these contract duties as described. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing work under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA24217N0767/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0767 VA242-17-N-0767.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591631&FileName=VA242-17-N-0767-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3591631&FileName=VA242-17-N-0767-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Albany-Stratton VA Medical Center;113 Holland Avenue;Albany, NY
Zip Code: 12208
 
Record
SN04547603-W 20170618/170616234554-2a67cb6d7760fca18d0e240605aca34a (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.