Minnesota Bids > Bid Detail

J046--Reverse Osmosis Water Service VA St Cloud, Minnesota Sources Sought

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159534352630565
Posted Date: May 11, 2023
Due Date: May 19, 2023
Solicitation No: 36C26323Q0655
Source: https://sam.gov/opp/99c441f9bb...
Follow
J046--Reverse Osmosis Water Service VA St Cloud, Minnesota Sources Sought
Active
Contract Opportunity
Notice ID
36C26323Q0655
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 11, 2023 02:34 pm CDT
  • Original Response Date: May 19, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 325998 - All Other Miscellaneous Chemical Product and Preparation Manufacturing
  • Place of Performance:
    VA St Cloud, Minnesota , 56303
    USA
Description
Sources Sought Notice : 36C26223Q0655
Reverse Osmosis Water Service
VA Healthcare System
St Cloud, Minnesota

PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.

(1) Purpose: This is a Sources Sought Notice to determine if an adequate number of Service-Disabled Veteran Owned Small Business sources may provide the following requirement:

Description: Reverse Osmosis Water Service
NAICS: 325998 (All Other Misc Chemical Product and Preparation Manufacturing)
SBA Size Standard: 650 employees
Product Service Code (PSC): J046 (Maint, Repair and Rebuild of Equip: Water Purification and Sewage Treatment Equipment).

Location: St Cloud, Minnesota
Department of Veterans Affairs
Note: A delivery address is not available for a Sources Sought interest notice.

(2) Response Required: The only response required for this notice is: a Yes or No to indicate whether your entity is both capable of and interested in providing a quote for this requirement.
Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, will not accept unsolicited offers in response to this notice.Â

(3) Response Instructions: Send via electronic mail (ONLY) before 4:00pm Central Standard Time (CST), on 05-19-2023 to:
Jennifer Buck
Contracting Specialist
E-mail: jennifer.buck2@va.gov

Submit a Capability Statement indicating interest and capability to provide the product. The response shall include:

Business Entity Name
Legal Business Address
SAM.gov Unique Identification Number, DUNS, or CAGE Code
Business Point of Contact: Name, Phone Number, and E-mail Address
SBA Business Category: SDVOSB, VOSB, we will verify through SAM.gov and Vet Certify (VIP) https://www.vip.vetbiz.gov.
GSA Federal Supply Schedule (FSS); if applicable.

PROPOSED STATEMENT OF WORK (SOW)
Reverse Osmosis Sanitation and Maintenance Services

This service is to obtain cleaning, sanitization, maintenance, inspection, and repair services for Reverse Osmosis/ Deionized water system serving the Sterile Processing Service(SPS) located at the St. Cloud Veterans Affairs Health Care System (SCVAHCS), in Minnesota.

PERIOD OF PERFOMANCE: One Year (Date of Award 05/31/2024)

OVERVIEW
The Contractor shall furnish necessary labor, tools, equipment, personnel, and transportation to provide preventative maintenance services to the Reverse Osmosis/Deionized water system.

PREVENTATIVE MAINTENANCE SERVICES
The contractor shall maintain critical water system by providing preventative maintenance and sanitation services per the manufacturer s specifications and the standards of AAMI TIR34: 2014/R2017.

AAMI TIR34: 2014/R2017 is soon to be replaced with AAMI ST108.

Below are proposed system preventative maintenance and sanitization recommendations:
Re-bed backwashing carbon filter semi-annual
Mixed bed DI tank - Quarterly worker tank exchange & tank rotation
Endotoxin filters remove/replace semi-annual
Pre-sediment filter replacement - quarterly
UV bulb replacement - annual
UV quartz sleeve replacement - Every 2 years
Sanitize entire loop/system -semi-annual
0.2-micron vent filter replacement - annual
Calibrate controllers on regular basis - Quarterly check/calibration
RO membrane replacement - annual
Lab testing results of water system to show sanitization is successful

The Re-bed backwashing carbon filter, Mixed bed DI Tanks, and Pre-sediment filter on the list above must be replaced like-in-kind and are currently Culligan owned filter sections.

Emergency Services - Maintenance Support:
Repairs, parts, and emergency services. This line item is not defined or awarded for a specific repair, part or service and is subject to a not-to-exceed (NTE) ceiling price of $2,000.00 without prior approval/modification from the Contracting Office.
The Contractor shall provide all testing, troubleshooting or replacement parts needed to keep the Reverse Osmosis in operating condition as originally designed by the manufacturer.
Parts may be repaired or replaced, as the contractor deems appropriate. NO GRAY MARKET or used parts will be used to repair the equipment.
Contractor shall furnish the VA POC with a written itemized estimate before making repairs.
GENERAL REQUIREMENTS:
Services shall be performed during normal business hours Monday through Friday 8:00 am to 4:30 pm, excluding Federal Holidays, unless otherwise authorized by the VA POC.

The contractor s personnel, while on VA property, shall adhere to all requirements and
regulations that govern the VA Health Care System and its property.

Contractor shall ensure adequate COVID safety protocols. Contractor employees shall follow VA guidelines as appropriate, currently required to wear an approved medical grade face mask, which is provided by the door entrance.

St. Cloud VA Contractor badge shall be worn by all Contractor employees while working on VA premises.

Contractor shall adhere to the VHA tobacco-free campus policy.
VA POC or Alternate VA POC is the responsible person for escorting vendor to and from work locations.

DELIVERABLES: CLEANING / INSPECTION REPORTS

The Contractor Shall:
(1). Provide a written invoice or service receipt after each visit which contains (at minimum) : the type of service, date of service, hours on-site, technician s name, and system serviced and provide a copy (for VA POC to sign).

(2) Submit a written cleaning and inspection report within ten (10) calendar days after contract award to the designated VA POC. At a minimum, the report shall contain:
Building number/physical location of serviced unit
Unit inventory identification number IE: VA equipment number, EE or MX label.
Date and time of cleaning
Method of cleaning used/extent of service or maintenance performed
Equipment inspection checklist and comment section for identifying system deficiencies
Name and signature of service technician
Any defects (if applicable)

(3) Submit any lab test results following sanitization within 3 days to prevent down time of the system.
CONTRACTOR BADGING and SECURITY REQUIRMENTS

The successful contractor shall coordinate with the VA /POC to obtain a security badge for contractor personnel to access the St. Cloud VA facility and perform work.

Workers must provide 2 valid form of identification and a copy of their current insurance card to obtain an access badge.

Contractors Shall:
(1) Display the access badge:
Visibly on their person while working in the VA facility.
Wear on outer clothing, between the neck and waist,
Display on the front of the body with the name side out (clearly viewable).

(2) Report loss of an access badge to the VA POC no later than the following workday.

(3) Sign in and out of the work area with the VA POC or designated representative.

(4) Communicate completion of work with the VA POC.
Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 11, 2023 02:34 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >