The RFP Database
New business relationships start here

PORTABLE REVERSE OSMOSIS MACHINE


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis / solicitation for commodities (Water Purification System, Portable Dialysis) for the Lake Nona Veteran Affairs Medical Center, Orlando, FL 32827. It is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The combined synopsis solicitation number is VA248-16-Q-0014. It's issued as a Request for quotation (RFQ).
(iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-76 (JUL 25, 2014).

(iv) The combined synopsis solicitation is set-aside for Small Business. NAICS is 333318 Small business size standard is 1000 employees.
(v) This combined synopsis solicitation is for the purchase of the following:
Salient Characteristics
#107365 Portable Reverse Osmosis Machine; Designed to overcome the problem of microbiological build up in portable dialysis reverse osmosis systems. Integrates an automated heat disinfection system into the unit to be engineered and manufactured to be clean by design. In addition to all other items listed in B.4 Price/Cost Schedule
"    Heat Disinfection - User initiated or automatic start of heat disinfection cycle
"    Ease of Use - Portable, compact and easy to operate for caregivers
"    Quiet Operation - Low noise level for regular and nocturnal treatments
"    Safety - Programmable auto-flushing and continuous product loop eliminates stagnation and ensures system cleanliness
"    Certified - Listed as certified by CSA to Canadian and US Medical Standards (UL 60601-1)
"    User interface Display; Alarm Messages, Feed & Product Water Conductivity, Ionic Rejection Rate, Product Water Temperature, Date/Time, Total Run Time, Service Reminder, Days Since Last Cleaning & Disinfection
Technical
"    Feed Water Supply: Input - 0.8 gpm (3.0l/min) required, Pressure - 20 to 45 psi (0.15 to 0.3 mPa), Temperature - 41 to 86 degrees F (5 to 30 degree C), Quality - Potable water shall be used. Softener followed by carbon/particle filter ensures optimum performance.
"    Product Water: Output - Minimum 0.3 gpm (1.1l/min) at 50 degree F (10 degree C) and 22 psi (0.15 mPa) outlet pressure, Quality - Total dissolved salts > 96%, Bacteria and pyrogens > 99%
"    Drain Requirements: Operation - 0.32 plus/minus 0.03 gpm (1.2 plus/minus 0.1l/min), Peak Flow (Rinse) 0.8 gpm (3.0l/min)
"    Reverse Osmosis Membrane: Material - Polyamide thin film composite, Configuration - Spiral wound, pH-Tolerance - 2-11
"    Disinfection & Cleaning: Heat Disinfection - User initiated or automatic start of heat disinfection, Chemical Disinfection - Automatic dilution of disinfectant. Rinse memory forcing the rinse program to start after chemical disinfection, Cleaning - Customized programs for different customer needs
"    Power Supply: Main Voltage - 100, 115 or 220-240V +/-10%, 50 or 60 Hz, Power 100V: max 1500 W, 115V: max 1380 W, 220-240V: max 1850W
"    Depth - Max 20.5" (520mm), Width - Max 8.1 inches (205mm), Height 22.2" (563mm), Depth - Footprint 15.0 inches (380mm), Width - Footprint 7.3" (185mm), Weight 72.75 lbs. (33kg)
#3027335 Compact Carbon Filtration System for Portable RO Systems; will ensure chlorine and chloramines are fully and reliably removed prior to the RO System in a configuration that is effective and convenient. Must meet regulations pertaining to the use of carbon in ANSI/Ammi RD52:2004 and specifically Amendments 1 - 3, Annex C, D & E. Includes 2 carbon block filters in series and is engineered and manufactured to be clean by design, and offers the following features. In addition to all other items listed in B.4 Price/Cost Schedule
"    Ease of Use - 85% lighter design, less strenuous cart movement
"    Compact Design - Low profile Carbon Filtration System increases cart stability
"    Retrofitable - Carbon Filtration System may be retrofitted on your existing M1 cart
"    Cost Effective Performance - Less costly operation and eliminate need for onsite service
"    Reliability - Chlorine & Chloramine removal guidelines allow for flexible replacement options without compromising performance
"    Cleaner - Regular change out results in less potential bacteria buildup in the carbon filter
Technical
"    Feed Water Supply: Feed Flow - Max 1.1 gpm, Feed Pressure - Min 20 psi/Max 80 psi, Differential Pressure - Max 15 psi, Temperature - 35 - 100 degrees F, Inlet Connection - 3/8" x 5/8" OD Braided Hose
"    Cartridge Specification: Cartridge Dimensions - 5 B=" x 20 B>", Dry Weight - 5 lbs., Micron Rating - 1 micron, Chloramine Removal Capacity - 30,000 gallons at 1.1 gpm & 3.0 ppm chloramine
"    Materials of Construction of Cartridge & Housing: Endcaps - Polypropylene, Netting - Polypropylene, O-Ring Filter - Santoprene, O-Ring Housing - BUNA-N, Housing - White Polypropylene
B.4 Price/Cost Schedule
Item Information
ITEM NUMBER    DESCRIPTION OF SUPPLIES/SERVICES    QUANTITY    UNIT    UNIT PRICE    AMOUNT
0001    #107365 WATER PURIFICATION SYSTEM,DIALYSIS PORTABLE WRO 300 H Portable Reverse Osmosis Machine
LOCAL STOCK NUMBER: 107365
    4.00    EA    __________________    __________________
0002    #3027335 PTG-520 Carbon Block Filtration System
LOCAL STOCK NUMBER: 3027335
    4.00    EA    __________________    __________________
0003    #3027145 Carbon Cartridge Chlorine/Chlorine Removal
LOCAL STOCK NUMBER: 3027145
    4.00    EA    __________________    __________________
0004    #ME14756-1 M1 Cart
LOCAL STOCK NUMBER: ME14756-1
    4.00    EA    __________________    __________________
0005    #3027856 Ergo M2 Cart
LOCAL STOCK NUMBER: 3027856
    4.00    EA    __________________    __________________
0006    #3027950 Ergo Docking Station
LOCAL STOCK NUMBER: 3027950
    4.00    EA    __________________    __________________
0007    #3027858 PreFilter Kit, Ergo
LOCAL STOCK NUMBER: 3027858
    4.00    EA    __________________    __________________
0008    #3026961 Minncare Six Pack
LOCAL STOCK NUMBER: 3026961
    4.00    EA    __________________    __________________
0009    #3027753 Temp Gauge Kit, Carbon Block
LOCAL STOCK NUMBER: 3027753
    4.00    EA    __________________    __________________
0010    #3028103 Feed Water UV, Ergo
LOCAL STOCK NUMBER: 3028103
    4.00    EA    __________________    __________________
0011    #3028060 Boost Pump/Backflow Kit, Ergo
LOCAL STOCK NUMBER: 3028060
    4.00    EA    __________________    __________________
0012    #3028061 Boost Pump Kit, Ergo
LOCAL STOCK NUMBER: 3028061
    4.00    EA    __________________    __________________
0013    #3028062 Backflow Preventer Kit, Ergo
LOCAL STOCK NUMBER: 3028062
    4.00    EA    __________________    __________________
0014    #3028049 UV Prefilter Kit, Ergo
LOCAL STOCK NUMBER: 3028049
    4.00    EA    __________________    __________________
0015    #3028107 Power Outlet Kit
LOCAL STOCK NUMBER: 3028107
    4.00    EA    __________________    __________________
0016    #ME70001 Water Analysis, AAMI Standards
LOCAL STOCK NUMBER: ME70001
    4.00    EA    __________________    __________________
0017    ME70501 Installation/Start Up, 4 hours per machine
LOCAL STOCK NUMBER: me70501
    4.00    EA    __________________    __________________
0018    OPERATOR AND SERVICE/MAINTENANCE MANUAL
    2.00    EA    __________________    __________________
0019    OPERATOR TRAINING
    1.00    EA    __________________    __________________
0020    BIOMEDICAL TRAINING
    2.00    EA    __________________    __________________
                GRAND TOTAL    __________________

B.5 Delivery Schedule

ITEM NUMBER    QUANTITY    DELIVERY DATE
1-20    SHIP TO:    Lake Nona Veteran Affairs Medical Center
Warehouse Building #5
13800 Veterans Way
Orlando, FL 32827        
    MARK FOR:
Chandra Lillemoen
321-397-6881
Chandra.Lillemoen@va.gov
ALL ITEMS TO BE DELIVERED
TO THE ABOVE ADDRESS        

(viii) Provision 52.212-1, Instructions to Offerors - Commercial (JUL 2013), applies to this acquisition. Provisions included incorporated by reference are:
"    ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items;
B"    52.225-25 ROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-- REPRESENTATION AND CERTIFICATIONS (DEC 2012)
B"    2.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998);

(ix) Provision 52.212-2, Evaluation - Commercial Items (JAN 1999), applies to this acquisition. The best value method will be used. The following are the evaluation factors to be used: Price, Technical and Past Performance. "The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Technical and Past Performance. Technical and past performance requirements, when combined, are approximately equal to cost and price"

(x) It is advised that Offerors include a completed copy of the provision at 52.212-3 Offeror Representation and Certification - Commercial Items (AUG 2013) with its Offer.
(xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ Clauses and provisions included are:
"    ADDENDUM to FAR 52.212-4 Contract and Conditions - Commercial Items;
B"    52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) ;
B"    52.232-1 PAYMENTS (APR 1984);
B"    52.232-8 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002);
B"    52.239-1 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996);
B"    52.243-1 CHANGES--FIXED-PRICE (AUG 1987);
"    52.211-6 BRAND NAME OR EQUAL (AUG 1999)
(a)    If an item in this solicitation is identified as "brand name or equal,' the purchase description reflects the characteristics and level of quantity that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b)    To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1)    Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2)    Clearly identify the item by-
(i)    Brand name, if any; and
(ii)    Make or model number;
(3)    Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4)    Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c)    The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d)    Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
"    52.212-2 EVALUATION - COMMERICAL ITEMS (OCT 2014)
(a)    The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
LPTA
Technical and past performances, when combined, are equal to cost, price, and delivery.
(b)    Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c)    A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
"    52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEP 2013);
"    52.225-2 BUY AMERICAN ACT CERTIFICATE (FEB 2009);
"    52.225-18 PLACE OF MANUFACTURE (SEPT 2006);
"    52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998);
"    VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008);
B"    852.203-70 COMMERCIAL ADVERTISING (JAN 2008);
B"    852.246-70 GUARANTEE (JAN 2008);
B"    852.246-71 INSPECTION (JAN 2008);
B"    852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012).
"    VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (DEC 2009);
"    VAAR 852.236-89 BUY AMERICAN ACT (JAN 2008);
"    VAAR 852.236-90 RESTRICTION ON SUBMISSION AND USE OF EQUAL PRODUCTS (NOV 1986);
(xii) 52.212-5, Contract Terms and Conditions Required Implementing Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are incorporated by reference:
"    52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g));
"    Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g));
"    52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553);
"    52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78);
"    52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161);
"    52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2));
"    52.222-3, Convict Labor (June 2003) (E.O. 11755);
"    52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126);
"    52.222-21, Prohibition of Segregated Facilities (Feb 1999);
"    52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246);
"    52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793);
"    52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011);
"    52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d);
"    52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury);
"    52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332).
(xiii) NA.
(xiv) NA.
(xv) The RFQ is due on October 21, 2015 at 12:00 PM by e-mail to EarlCi.Johnson@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition.
(xvi) For further information contact Earl Johnson via e-mail: EarlCi.Johnson@va.gov
Inquiries:
For questions as to this solicitation, please submit via e-mail to EarlCi.Johnson@va.gov before 4:00 p.m. October 13, 2015.
Contracting Office Address:
Department of Veterans Affairs, Orlando VA Medical Center, 5201 Raymond Street, Orlando FL 32803.

Point of Contact(s):
Earl Johnson III, (407) 646-4018

Earl C Johnson
Contract Specialist

EarlCI.Johnson@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP