The RFP Database
New business relationships start here

Siemens DI-RO Water System Maintenance - St Louis MO VA Medical Center


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

THIS IS NOT A SOLICITATION:
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a Sources Sought notice issued in accordance with FAR part 10.002 (b) (2) (iii) to conduct market research. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quotations (RFQ) or Request for Proposals (RFP) or a promise to issue a RFQ or RFP in the future. This request does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this request; all costs associated with responding to this request will be solely at the interested vendor's expense. Not responding to this request does not preclude participation in any future RFQ or RFP, if any is issued. Any information submitted by respondents to this request is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification.

OVERVIEW:
The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain on- site Planned Maintenance Services for a Siemens brand water purification system, Deionized-Reverse Osmosis, used with hemodialysis medical equipment at the St. Louis MO VA Medical Center. It is anticipated that a base one (1) year contract with up to four (4) one (1) year option years will be awarded. The government intends to award a firm-fixed-price contract.
NAME/DESCRIPTION OF EQUIPMENT:
EQUIPMENT - Deionized- Reverse Osmosis system (3hp-5 membrane unit) .
MANUFACTURER - Siemens Water Technologies.
MODEL - MRORX05Ax.
The prospective contractor will be responsible for:
1.    Must be able to furnish all system parts, equipment, supplies, labor, supervision, material, and emergency services, including transportation cost necessary to perform preventative maintenance services.
2.    The following will be required:
a.    Quarterly furnish rental carbon tank/s, 14X47, 3.61 cu.ft. To include bringing the rental carbon tank/s to the designated area at customer's site, and to the extent applicable, remove the old tank/s and connect the new tank/s.
b.    Quarterly disinfect membranes (Large Central). The contractor will disinfect the RO membranes using MINNCAREB. or similar disinfectant, to include rinsing the system and use MINNCAREB. reagent test strips to verify that the MINNCARE disinfectant is clear from the system.
c.    Quarterly clean membranes (Large Central). The contractor will clean the RO membranes using low and high pH cleaners, to include rinsing the system and using the correct test strips to verify that all chemical is clear from the system.
d.    Monthly disinfect loop/storage tank/s (Large Central). The contractor will disinfect the RO loop and storage tank/s using MINNCAREB. or similar disinfectant, to include using MINNCAREB. test strips to verify that the MINNCARE Disinfectant is clear from the loop and storage tank/s.
e.    Monthly inspect & replace RO pre-Filter. The contractor will remove the old pre-filter and replace it with a new 1m, 10" pre-filter.
f.    Annually Inspect & Replace Pyrogen. The contractor will remove the old pyrogen and replace it with a new .05m, 20" pyrogen.
g.    Annually inspect & replace vent filters. The contractor will remove the old pre-filter and replace it with a new .2m, 20" pre-filter.
h.    Quarterly furnish rental DI tank/s, 14X47, 3.61 cu.ft. To include bringing the rental DI tank/s to the designated area at customer's site, and to the extent applicable, remove the old tank/s and connect the new tank/s.
i.    Semi-annually test RO product.
i.    The contractor will pull RO system product water samples and perform the test or send the samples to an appropriate laboratory that is capable of performing testing in accordance with Association for the Advancement of Medical Instrumentation (AAMI) standards chemical testing guidelines.
ii.    The contractor will pull water samples for a Pyrogen/Endotoxin (LAL) test and perform the test or send the samples to an appropriate laboratory that is capable of performing testing in accordance with FDA, AAMI, and USP testing guidelines.
j.    As required. The contractor will be capable of furnishing on-site emergency tank/s exchanges (defined as exchanges that are needed in less than 24 hours, or on weekends, off-hours or holidays).
3.    The Contractor's Field Service Representative must have successfully completed a formal training program for the equipment covered under this contract and shall have a minimum of one (1) year of experience providing preventative maintenance and emergency repair services on the same make and model of equipment covered under this contract.
The North American Industry Classification Systems (NAICS) is 333318 (Other commercial and service industry machinery manufacturing) and the standard size is 1,000 employees. The Product Service Code (PSC) is J (Maintenance, repair & rebuilding of equipment). Responses to this notice must be submitted in writing (email or fax) and must be received not later than July 20, 2015 at 4:00PM CST. Email: larry.buell@va.gov and Fax: (913)946-1998 (Attn: Larry Buell, General Services). No telephone inquiries will be accepted.
Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities on the specific equipment identified above, DUNS number and address, point of contact and social-economic status. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 333318. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

Larry A Buell
Contract Specialist
913-946-1961

larry.buell@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP