Washington, DC Bids > Bid Detail

J046--| Deionized Water System-688 Washington DC |

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159632295882652
Posted Date: Nov 28, 2023
Due Date: Dec 1, 2023
Source: https://sam.gov/opp/4be3703a83...
Follow
J046--| Deionized Water System-688 Washington DC |
Active
Contract Opportunity
Notice ID
36C24524Q0129
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 28, 2023 02:39 pm EST
  • Original Response Date: Dec 01, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J046 - MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 541690 - Other Scientific and Technical Consulting Services
  • Place of Performance:
    DC VAMC Washington , DC 20422
    USA
Description
Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify companies that have the resources and capabilities to provide maintenance, water testing in line with AAMI ST108 water systems at the Washington DC VA Medical Center, 50 Irving St NW, Washington, DC 20422.
Description of Work: The Contractor shall provide an on-site maintenance, testing, and repair services necessary to maintain the DI water treatment system suppling DI water to the sterile processing department and equipment in a first-class operating condition and within the standards set by AAMI ST108. Contractor personnel will check in and out with the Sterile Processing Supervisor and the Bio-Med Supervisor. Services shall be funded through task orders according to a mutually agreed upon price list. Hours of operation for the Washington DC SPS department are from 6:00 a.m. to 11:00 p.m. Monday through Friday excluding holidays, services may be required outside of normal working hours or on weekends to avoid interruptions to Sterile Processing operations.
Technical Qualifications: b. Each respondent must have an established business, with an office and full-time staff. The staff shall include a "fully qualified" field service engineer. The Firm shall have at least three years experience across multiple facilities within 200 miles of service location in maintaining equivalent systems in sterile processing settings in a healthcare sterile processing environment. The contractor shall provide proof of past performance and references to demonstrate customer satisfaction and technical competency.
Contractor shall ensure that only fully qualified field engineers and technicians, who have completed Original Equipment Manufacturer (OEM) or comparable third-party service schools for the above-mentioned equipment and provide proof of completion, shall be employed in the performance of all work performed under this contract. Proof of competency shall be provided for each representative of the contractor prior to them providing any services for which competency is required.
Fully qualified is based upon training and on experience in the field. For training, the field service engineer(s) has successfully completed a formalized training program. For field experience, the field service engineer(s)/technician should demonstrate specialized experience with respect to scheduled and unscheduled preventive and remedial maintenance.
Field service engineer(s)/technician shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent field service engineer(s)/technician. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved field service engineer(s)/technician The Contracting Officer may authenticate the training requirements, and request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing the equipment. The Contracting Officer and/or the Contracting Officer's Technical Representative (COR) specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment.
Contractor shall demonstrate that it follows standard operating procedures (SOP) for test sampling and disinfection, they shall provide their SOP for Disinfection and sample collection prior to award, this SOP must explicitly state steps to be taken and be in line with industry best practices for water sampling and system disinfection.
Interested & Capable Responses: NCO 5 is seeking responses from companies that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your:
1. Business name, SAM Unique ID, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address).
2. Capability statement and summary of previous experience providing subject services for the Veterans Health Administration or other similar healthcare facilities.
3. GSA contract number, if your company has one, that includes a RSO line item and coverage includes the Washington, DC geographical area.
4. Ballpark cost estimate of what the Beckley VAMC could expect to pay your company to perform the work described above per year.
Responses must be submitted by 16:00 PM (EST) Dec 1, 2023. Responses to the information requested above must be submitted via email to timothy.russell@va.gov.
This request for information/sources sought notice is for planning purposes ONLY. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 28, 2023 02:39 pm ESTSources 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 >