The RFP Database
New business relationships start here

580-19-1-5063-0211 - Compressors - 36C256-19-AP-0875



Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

DEPARTMENT OF VETERANS AFFAIRS
NETWORK CONTRACTING OFFICE (NCO) 16
MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS

REQUEST FOR INFORMATION
36C25619Q0331
BACKGROUND:
The Houston VAMC has a requirement for the following brand name supplies:
MEDICAL/DENTAL AIR COMPRESSOR AND CONTROLS REPLACEMENT
Purpose: Replace the existing Medical/Dental Air Compressors and associated control systems in order to address the end-of-life of current system components and functionality. The current systems are no longer manufactured and therefore replacement parts are unavailable. These two systems are directly connected to patient care and therefore are considered critical utility systems. Loss of either system could result in immediate threat to life of patients.
Scope: The VA Medical Center Houston, Texas is seeking proposals to provide for the replacement of the Medical and Dental Air Systems. The systems shall consist of replacing three existing Quincy Medical Air Compressors, two existing Quincy Dental Air Compressors and associated receiver tanks, refrigerated dryers, electronic controls systems, electrical disconnects, coolers, filters, connectors, valves, piping, isolators and mounting pads and other replacement parts to constitute unified, coordinated, complete, and operable Medical and Dental Air systems. The existing systems are used for providing NFPA 99 classified medical grade air to patients in a major Metropolitan Medical Center. The Houston VAMC seeks to procure replacement compressors and all necessary components, controls, etc. to a complete functionally operational system meeting all requirements of the latest edition of NFPA 99 for medical grade air. As part of this contract the successful bidder must also provide rental equipment and components to ensure that medical and dental air are available to patients at all times except for very short duration tie-in and recertification time frames. The successful bidder shall also provide contingency plans in order to keep the systems operational at all times.
Place of Performance: Michael E. DeBakey VA Medical Center (MEDVAMC) 2002 Holcombe Blvd. Houston, Texas 77030. The systems are located in the basement of Building 100.

Background

The existing Medical Air and Dental Compressors the Michael E. DeBakey VA Medical Center (MEDVAMC) utilizes have reached their end-of-life resulting in sub-optimal performance requiring the need for replacement. They are also no longer manufactured and parts are no longer available for them. The current Medical Air Compressors are Quincy 20SBN manufactured by Coleco Industries. The Dental Air Compressors are Quincy model 151253-X091 compressors manufactured by Coleco Industries. The systems also contain filters, refrigerated air dryers, air purifiers, receiving tanks, electronic control systems and other related components and operate continuously 24/7/365. These systems provide NFPA 99 defined medical grade air to patients at all times and are required by code to be redundant. The systems were last replaced in approximately 2003. These systems shall be replaced with no interruptions to patient care except for very short duration tie-in and certification procedures.

Performance Objectives

The contractor shall provide submittal communicating technical approach to accomplishing the objectives.
Contractor shall provide all labor, parts, materials, equipment, and supervision necessary to replace the Medical and Dental Air systems located in the basement of Building 100 with no interruption.
Contractor shall provide a rental system to be used by the MEDVAMC while the permanent systems are being manufactured. The contractor shall include the cost of expedited manufacturing and shipment of the new systems.
Contractor shall ensure all temporary and permanent systems meet all NFPA 99 requirements including all required alarms and purity tests. All alarms shall alarm at the same areas they are currently i.e. the Energy Control Center and the Telephone Operator.
Contractor shall supply oil-less reciprocating compressors which shall be Single Stage, Triplex Air Cooled Oil-Less Reciprocating compressors.
Contractor shall provide new concrete mounting pads in accordance with established codes and standards. All work will be done in accordance with VA Master Specification Number SECTION 03B 30B 53 (SHORT FORM) CAST IN PLACE CONCRETE

The contractor shall provide a modular base mounted system is fabricated and tested in accordance with CSA/NFPA 99 Category 1 guidelines for medical gas compressor systems.
The Contractor shall provide a system which includes oil-less reciprocating compressors, ASME coded vinyl lined receivers, application specific controls, all necessary instrumentation, and interconnecting piping and wiring.
The contractor shall provide a CSA/NFPA 99 medical duplex dryer including dew point /CO monitoring desiccant system.
The contractor shall supply a medical air system that is PUREAIR Compressor Model 25B315WTS or approved equivalent. The complete medical air system shall be a PUREAIR 25B315WTS55 DDC or approved equivalent.
The contractor shall supply a medical air compressor system that is Single Stage, Triplex Air Cooled Oil-Less Reciprocating, 113 SCFM @ 100# 138SCFM @50# Pump Capacity, maximum pressure 100 PSIG, Oil- Less type reciprocating 100% duty cycle.
The contractor shall supply a motor that is 15 HP, ODP EISA Compliant, 1740 rpm, 460 v, 3 ph, 60 hz.
The system shall be air cooled.
The contractor shall supply additional accessories and features which include a Remote Type Intake Filter, Air-cooled Aftercooler, Mounted Nema 12 Control Panel, Flexible Intake Connectors, Flexible Discharge Connectors, Compressor Discharge Isolation Valve, Vibration Isolators and all associated connectors, piping, conduit and wiring to comprise a complete medical gas system in accordance with NFPA 99.
The contractor shall supply a receiver tank that is ASME coded Section VIII. Division 1 latest edition compliant and 240 gallon capacity, vertical W/by-pass, sight gauge & isolation valve, vinyl lined - carbon steel, and timed tank drain w/manual valve.
The contractor shall provide mounting that is (modular) skid mounted and configured. This efficient mounting configuration provides convenient service access and easy installation.
The contractor shall provide a control panel that is a MediTrol - PLUS Panel/Controller (PLC/HMI) that is listed and labeled to UL 508A or approved equal. It shall include Enclosure, NEMA 12 MediTrol-PLUS, Relay Controlled or Programmable Logic Controller with built-in EEPROM, control voltage transformer with fused primary and secondary, and door-interlocked branch circuit breaker disconnect. It shall also include a Test-Off-Automatic (T-O-A) selector switch, Across-the-line magnetic motor starter with overload protection, Amber Power ON pilot light, Hour meter/Display, Common alarm dry contacts, Hi-temperature shutdown switch (and alarm) and Amber Transformer Failure Light.
The contractor shall provide a Duplex Desiccant Air Treatment Center Medical Desiccant Dryer Model GD-100-DDC or approved equal. It shall include Duplex medical desiccant dryer (Skid Mounted) @ + or - 10 PDP, Duplex filter/Regulator bank w/by-pass, W/Dew point Monitor Purge Control, CO Monitor, System is sized for B= of Total Systems flow, and Dewpoint alarm NFPA 99 2115 setting.
The contractor shall also provide a check valve, manual isolation valve, flex connector, pressure switch transmitter, receiver site gauge, and a receiver by pass valve.
The Dental Air system shall be tank mounted system fabricated and tested in accordance with CSA/NFPA 99, Category 1 guidelines for medical gas compressor systems. The System shall include oil-less reciprocating compressors, an ASME coded vinyl lined receiver, application specific controls, all necessary instrumentation, and all interconnecting piping and wiring. Also included is a CSA/NFPA 99 medical duplex dryer including dew point /CO monitoring desiccant.
The Dental Air compressor shall be a PUREAIR Compressor Model 25TD15WTS55 or approved equal and shall be Single Stage, Duplex Air-Cooled Oil-Less Reciprocating, 56.5 SCFM @ 100 PSIG; 69 SCFM @50 PSIG pump capacity, 100 PSIG maximum pressure, Reciprocating-100% Duty Cycle, with a 15 HP, ODP EISA Compliant, 1740 rpm motor 460 v 3ph 60 hz and air cooled with an air cooled after cooler.
The contractor shall provide additional accessories to the Dental Air Compressor to include Remote Type Intake Filter, Air-cooled Aftercooler, Mounted Nema 12 Control Panel, Flexible Intake Connectors, Flexible Discharge Connectors, Compressor Discharge Isolation Valve, and Vibration Isolators.
The contractor shall supply a receiver tank for the Dental Air Compressor that is ASME coded Section VIII. Division 1 latest edition compliant and 240 gallon capacity, vertical W/by-pass, sight gauge & isolation valve, vinyl lined - carbon steel, and timed tank drain w/manual valve.
The contractor shall provide Dental Air Compressor mounting that is (modular) skid mounted and configured. This efficient mounting configuration provides Convenient service access and easy installation.
The contractor shall provide a control panel that is a MediTrol - PLUS Panel/Controller (PLC/HMI) that is listed and labeled to UL 508A or approved equal. It shall include Enclosure, NEMA 12 MediTrol-PLUS, Relay Controlled or Programmable Logic Controller with built-in EEPROM, control voltage transformer with fused primary and secondary, and door-interlocked branch circuit breaker disconnect. It shall also include a Test-Off-Automatic (T-O-A) selector switch, Across-the-line magnetic motor starter with overload protection, Amber Power ON pilot light, Hour meter/Display, Common alarm dry contacts, Hi-temperature shutdown switch (and alarm) and Amber Transformer Failure Light.
The contractor shall supply for the Dental Air Compressor a Desiccant Dryer Model GD-055-DDC or approved equivalent which shall include It shall include Duplex medical desiccant dryer (Skid Mounted) @ + or - 10 PDP, Duplex filter/Regulator bank w/by-pass, W/Dew point Monitor Purge Control, CO Monitor, System is sized for B= of Total Systems flow, and Dewpoint alarm NFPA 99 2115 setting.
The contractor will also provide for the Dental Air System a check valve, manual isolation valve, flex connector, pressure switch transmitter, receiver site gauge, and a receiver by pass valve.
For both the Dental and Medical Air Compressors the contractor shall be responsible for removal and disposal of all existing equipment and assisting with the placement of the new equipment on the housekeeping pad; all interconnecting piping of the system components on the housekeeping pad; start-up of the medical and dental air compressor systems; all drain lines; setting up the component controls for proper operation; work inspected by a certified ASSE 6020 technician. Provide equipment required to move and lift the compressors, air receiver, and air dryers from the loading dock to set on the concrete equipment housekeeping pad. Provide electrical hook-up for all compressor starters (460 V/ 3 PH / 60 Hz) and air dryer (115 V). Provide stubs on fresh air intake piping and pressurized medical air piping (per NFPA99) and make final tie-ins.
For both systems the contractor shall provide air system verification and documentation of the air quality per NFPA 99 requirements performed by a certified ASSE 6030 Verifier. The air purity test shall be based on testing to a single point from the source equipment to several master zone valve boxes. A written report of the testing will be provided to the hospital.
The contractor shall have 120 days to complete all work under this contract after receipt of Notice to Proceed. The contractor shall have the temporary rental systems in place and ready for hospital use within 15 days of Notice to proceed.

The contractor shall provide a minimum of one year parts, labor and replacement warranty on all new equipment.
The contractor shall provide all necessary technical documentation and shop drawings for all the equipment and all things associated with the system required for maintenance, repair, or upgrade.



Contractor's Personnel shall not be considered government employees for any purpose. This is a nonB- personal services contract and contractor employees will not be under the direct control or supervision of the government.

Changes made to the contract may only be accomplished by a bi-laterally executed modification, signed by a warranted Contracting Officer under the authority of FAR 52.212-4(c), which is incorporated by reference.

Government will delegate a Contracting Officer Representative (COR) after award, for administration to include monitoring the Contractor's performance of the technical requirements of the contract to assure that performance is strictly within the scope of the contract.

The contractor shall submit a proposed quality assurance surveillance plan for the Government's consideration in development of the Government's plan.

Normal working Hours: 7:00 AM to 4:00 PM Monday through Friday, after Hours/Weekends shall be requested 5 days advance for approval.

Contract shall be responsible for the removal and possession for the old systems.


The contractor shall provide any and all necessary materials, equipment, and labor needed to
VA Medical Center for the installation of the new equipment.


REQUESTED RESPONSES:
The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following:
Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status.
If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.

Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description.

If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.

Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI.

CONTACT INFORMATION AND RESPONSE DUE DATE:
Please email all responses to kever.swafford@va.gov. Please respond to this RFI no later than January 22, 2019.



DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.

Kever L Swafford
Contract Specialist
713-794-7218

kever.swafford@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP