6530--646-24-2-233-0316 | SPS Decontamination Double Basin Sinks

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Mar 25, 2024
Due: Apr 1, 2024
Solicitation No: 36C24424Q0540
Publication URL: To access bid details, please log in.
Follow
6530--646-24-2-233-0316 | SPS Decontamination Double Basin Sinks
Active
Contract Opportunity
Notice ID
36C24424Q0540
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 25, 2024 04:04 pm EDT
  • Original Response Date: Apr 01, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    VA Pittsburgh Healthcare System University Drive C Pittsburgh , 15240
    USA
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and/or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of a solicitation.
The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of meeting requirement and salient characteristics below to provide VA Pittsburgh Healthcare System (VAPHS) with a Double Basin Height Adjustable Sink, 48"x 30"x HA, automated flushing pump system and additional deliverable as quoted to meet the facility requirements for the cleaning of Intraocular/Eye surgical instruments.

Sterile Processing Service (SPS) Decontamination Replacement Sinks and automated flushing pump system and additional deliverables for VA Pittsburgh Healthcare System

1. Background: VA Pittsburgh Healthcare System, Sterile Processing Service (SPS) is requesting procurement of SPS Decontamination Replacement Sinks, automated flushing pump system and additional deliverables for use in sterilizing re-useable medical devices to be compliant with VA directive 11162.

2. History of the Requirement: SPS is in urgent need a Double Basin Height Adjustable Sink, 48"x 30"x HA for the cleaning of Intraocular/Eye surgical instruments.

Reported as a recent facility site-visit finding from the Office of Sterile Processing: There is no designated area or sink for reprocessing intraocular surgical instruments. Current workflow does not align with recommended design standards and increases the risk for cross contamination, reprocessing time, and employee related work injuries.

In addition, a separate sink for cleaning intraocular/eye instrumentation complies with procedural and patient safety practices. Intraocular/Eye surgical instruments cannot be processed with the same enzymatic detergent most other reusable medical devices (RMD) can be processed with. Some enzymatic detergents contain subtilisin and a-amylase, endotoxins that can cause corneal edema if introduced into the eye. Doing so is not compliant manufacturer instructions for use (MIFU) and could lead to negative patient outcomes such as Toxic Anterior Segment Syndrome (TASS.)

Recently the Office of Sterile Processing conducted an audit of the Sterile processing Services areas. Sink Deficiencies were discovered. As a result of that findings, corrections to sinks need to take place ASAP.

3. Description of requirements:

VA Pittsburgh Healthcare System Sink Requirements are as follows:
Line Item #1: Double Basin Height Adjustable Processing Sink

Note: The overall area dimensions that this sink must fit into at VA Pittsburgh Healthcare System is (50W" x 32D x 74H").

Double Basin Height Adjustable Sink, 48"x 30"x HA
Bottom Fill Faucet
(One Backsplash Mounted Faucet is required)
Sink Basins 20" x 20" x 8"
SPS requires a double basin sink, each basin needs to be 20"x20" to fit the surgical eye instrument trays that will be cleaned in the sink. For each basin, the depth required is 8-10 inches to comply with AAMI/ANSI ST79 recommendations.
Sinks do normally have space on the side and in between basin. In this instance however, we have very limited space. VA Pittsburgh Healthcare System requires a sink custom built to be not longer than 48 to fit in the space we have available.
We are not requesting space on the sides or in between the basins.
Laser Etched Liter/Gallon Volume are required inside each basin.
Wrist Comfort Sink Basins
eDrain with Overflow Protection.
For this feature, our facility requirement for this line item means that it must include electronic capability for sink draining, to include push button sink draining applicable for each basin.
Marine Edge
Pegboard Back With Overhead LED Light
The peg board needs to match the sinks dimensions in width of 48", the height will be 36") This needs to match the dimensions from question 3 above.
Electromechanical Height Adjustment Columns
Anti-Fatigue Mat
Dimensions/size of the mat must be 36 x 48
eSink with Autofill
Electronic sink capabilities with touch screen display that supplies an additional method for drain sink commands, which allows chemistry dosages to be programmed and adjusted for dosage pump utilization, monitor and display sink basin temperatures.
Temperature Control & Monitoring
Dosing With Dosing Pump
Automatic dosing/dispensing pump to provide measure chemical dosages of chemistries utilized in the sinks for cleaning actions, such as detergents or enzymatics.
Dosing with pump must have programable chemical dilution levels to ensure proper water to chemical ratio.

Line Item#2: Automated Flushing Pump- Compatible with all lumened surgical instruments and endoscopes
The peg board will accommodate the housing of the automated flushing pump.
This is an automated addition to the sink that allow motorized flushing of surgical instruments with lumens.
Lumens in surgical instruments or the holes or cannulas in the middle of the instrument, during surgical procedures these lumens/cannulas can be used for introducing fluids into an area or suctioning them out; like the suction tips a dentist uses during an average visit to remove excess saliva.
The lumened instruments often require 150cc's of repeated flushing during the cleaning process. Doing this manual can be a labor-intensive process, automation of this process ensures adequate pressure and flushing are being utilized and free's the technician to complete other tasks.
In, addition automated flushing pumps include a reverse option which is very beneficial of heavily clogged lumen instruments- this action is impossible to duplicate manually.

Line Item#3: Stainless Steel Slot Shelf 18 W x12
Stainless steel shelf mounted on peg board to house automated flushing pump) see dimensions of peg board.
Line Item#4: Vendor services to uncrate, move to final location, prepare sink for final connections by licensed plumber contracted / Part # T-Install

Line item#5: Shipping/Freight to VA Pittsburgh Healthcare System Location listed in Section F.
Â
4. Delivery Coordination: Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with POCs once a ship date is established. The POC, Biomedical Engineering, Faculties and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the POC. Failure the coordinate shipment with POC may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number.

Delivery Location:
University Drive Loading Dock address: 4100 Aliquippa Street Pittsburgh, PA 15219

BIOMED: Needs to Be Inspected by Biomed (AN315C)
Project Manager/COR: Facilitate Turn-in any old equipment.

LOGISTICS: Approve Turn-In of replaced equipment and responsible for assigning EE Tags to new equipment

FMS: Responsible for pre-installation agreed. Utility collaboration providing contractor guidance on any questions the contractor may have regarding the building infrastructure and utility shutdowns.

EMS: Terminal cleaning after installation
Safety Department: Site Inspection.

Final Location: Sterile Processing (SPS) Decontamination Rm AA117/Bldg. 1 at the University Drive Campus.

5. Installation Requirements:

Contractor Deliverables:

SYMPLR Requirements

Contractor must coordinate installations immediately following contract issuance and must complete all installation during the period of performance dates listed on the contract.
Contractor must ensure that they have Symplr in place and contractors must have green light status in Symplr.
Contractor must have scheduled calendar invites through the Symplr application to be able to come on-site to perform contracting requirements at VA Pittsburgh Healthcare System

De-installation/Construction & Installation Requirements:

Contractor representative role will be to scheduling the installers to de-install/Install the equipment with VAPHS Stakeholders.
Supplier provides certain services for the scheduled maintenance, preventive maintenance, installation, and repair of products and equipment.
Infection Control Risk Assessment (ICRA) barrier must be installed by contractor and inspected by the VA Pittsburgh Healthcare System Infection Prevention team. Contractor is also responsible for ICRA Removal as it applies.
Deinstallation should take the contractor a maximum of ½ day to complete for each item.
Contractor installation should take place within the established period of performance agreed within the contract. Supplier will follow the scheduled service dates as outlined in the contract. Any changes to these dates will be coordinated between the Supplier and Buyer.
Supplier shall provide the services as detailed in in contract at the Buyer s location, or locations. The Buyer s location listed in the contract. These services will be supplied in accordance with the terms and conditions of this Agreement.
Supplier shall provide the services on the product and/or equipment in accordance with the current specifications for the product and/or equipment. Supplier further agrees that it shall provide to Buyer all documentation reasonably requested by Buyer with respect to the services provided.
At the completion of each service visit Supplier shall provide to the Buyer a report outlining the work completed, a listing of any parts replaced or repaired, summary of the services performed, recommendations for additional work if deemed required and the date of the next scheduled service visit.
Contractor shall uncrate, Move To Final Location, Prepare Sink for final connection
Project Plumbing installation will be performed by the VA Pittsburgh Healthcare System Facilities Management Team (FMS).
Contractor installation should not take more within the terms delivered within this contract.
Installation includes all necessary labor and materials required to uncrate, set-in place and assemble equipment. Normal working hours, Monday Friday 8 am -5 pm unless otherwise noted.
Also includes with its installation services an operational check-out test, any necessary adjustments and demonstration of the equipment for appropriate facility personnel.
Provide and install all necessary accessories for complete installation and operation.
Once delivered, the contractor and the contractor installation team will be responsible for the uncrate, movement of, and install the equipment and components procured; this includes making final connections, as well the running of performance tests.
Contractor shall make all necessary utility disconnections remove and transport equipment to a predetermined location within same customer facility for pickup or disposal.

Training:

Contractor will provide in-service training to staff as required immediately following installation. Contractor must provide in-service training to the staff once the units are operational and will support the education to the VA staff as needed.

VAMC is responsible for decontamination and release of the equipment as non-hazardous.
Equipment disposition from the staging point will be dependent upon VAMC selection of disposal option. If removed equipment is to become Contractor property, it will be held on-site at the designated location for pickup by representative within a reasonable time, not to exceed five (5) working days.
Contractor delivery of goods and services shall be provided no later than 30 days after receipt of order/award of contract to the place of performance.

Warranty: Contractor will perform warranty work during normal working hours: between 8 a.m. and 5 p.m., Monday through Friday, excluding holidays. Warranty labor can be completed outside the normal working hours upon approval by the Government.

Contractor must provide VA Pittsburgh customer/stakeholder access to their service engineering customer service support for questions and support from 7:30AM to 12:00 Midnight Eastern Time per warranty specification. The warranty must cover all manufacturer repairs and defects for 12 months.

Contractor Additional Services provided:
The contractor must provide 1 service visit per year to the facility to perform preventative maintenance checks, calibration, and repairs that require no spare parts.

Including any software updates over the lifetime of agreement
This service visit could be used for a major repair if required.
End of warranty Preventative Maintenance checks completed at no cost.

Additional Charges: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional equipment, components, parts, replacement parts, and all other property related to the initial sale, and operation and maintenance over the useful life and/or delivery of parts or installation.

Packaging Waste management: Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash.

Contractor requirements prior to notice to proceed meeting.

Have VA approved form of identification.
Will need to wear a mask while on the premises and be screened on the way in each day.
Contractor Personnel Security Requirements
Contractor may not have access to the VA network or any VA sensitive information under this contract.
Contractor owned computer equipment including laptops are not permitted to be connected to the VA network. Any removable storage device used in medical equipment must be scanned by Biomed or OIT.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113 Surgical Appliance and Supplies Manufacturing, The Small Business Size Standard for this NAICS code is 800 employees. Please answer the following questions:

(1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)

(2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number.Â

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?Â

If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.Â

Does your company exceed 500 employeesÂ

Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;Â Â Â

Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;Â Â

Provide the items of a small business

(4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).Â

(5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?Â

(6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.Â

(7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.Â

(8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?Â

(9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.Â

(10) Please provide your UEI number.Â

*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.Â

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted.

Responses must be received via email to Contract Specialist olivia.osborne@va.gov no later than 12:00 PM Eastern Standard Time on April 1, 2024. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Â
Â
If a solicitation is issued, information will be posted on Contract Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by email to Contract Specialist Olivia Osborne, at olivia.osborne@va.gov.

DISCLAIMERÂ Â

This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.Â
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 25, 2024 04:04 pm EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...of Facility Furniture Status: Open Time Left:28 days Closing:5/14/24 12:00 AM Issued:4/14/24 9:07 ...

State Government of Virginia

Bid Due: 5/14/2024

...services for the offices, common areas, break room and bathrooms. The Contractor shall ...

Federal Agency

Bid Due: 5/10/2024

...Code: 7110 - OFFICE FURNITURE NAICS Code: 337211 - Wood Office Furniture Manufacturing ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

...Original Set Aside: Product Service Code: 7110 - OFFICE FURNITURE NAICS Code: 337211 ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.