6515--509-21-3-528-0299 Wall Mounted UV Lights (VA-21-00065087)

expired opportunity(Expired)
From: Federal Government(Federal)
36C24721Q1093

Basic Details

started - 29 Jul, 2021 (about 2 years ago)

Start Date

29 Jul, 2021 (about 2 years ago)
due - 06 Aug, 2021 (about 2 years ago)

Due Date

06 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24721Q1093

Identifier

36C24721Q1093
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103639)VETERANS AFFAIRS, DEPARTMENT OF (103639)247-NETWORK CONTRACT OFFICE 7 (36C247) (2951)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Department of Veteran Affairs, Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 has a requirement for Wall Mounted UV Lights. The Government expects to award to a single contractor a contract which shall be Firm Fixed Price with a firm quantity. This requirement is being set-aside for Service-Disabled Veteran Owned Small Business participation only. NAICS code for this requirement is 339113 with a small business size of 1200 employees. All responsible sources may submit a quotation, which shall be considered. All questions regarding this solicitation must be in writing and must include telephone number, e-mail address and point of contact to Attn: Joseph Locke, Contracting Officer, joseph.locke@va.gov Please see solicitation for additional information regarding this requirement. SALIENT CHARACTERISTICS: System must meet or exceed ALL stated salient characteristics identified below. Wall Mounted UVC lights.
One (1) remote, wireless Ultraviolet C (UVC) challenge calibration sensor/s that measure both direct and indirect/incident UVC energy one (1) required for calibration of multiple rooms. Equipment must have the ability to measure, record, confirm and then report the necessary dosage is delivered to any target in the room being treated. Equipment must have the ability to deliver repeatable room disinfection results without being operator dependent. Equipment must have the ability to Measure, Record and Report both direct and indirect/incident prescribed lethal UVC energy dose to the system host of any delivered UVC dose at any required targeted area of disinfection for proof of compliance and confirmation of room disinfection Wall mounted tablet remote control interface with multiple, customizable, and programmable UVC lethal doses of desired pathogens Voltage 120 (Volts Alternating Current) 7 amperes (AMPS) per fixture Frequency 50/60 Hertz (HZ) Exterior Dimensions Length (L): 72 in. (182.88 cm) Width (W): 14.5 in. (36.83 cm) Depth (D): 14.5 in. (36.83 cm) Fixture Weight 56 pounds each Equipment must have the ability to disinfect/sanitize/cleanse the following: COVID-19, Prions, Bacterial spores (C. Difficile), Mycobacteria, Small, non-enveloped viruses (nor, polio, EV-D68), Fungal spores, Gram-negative bacilli (Acinetobacter), Vegetative fungi and algae, large, non-enveloped viruses, Gram-positive bacteria (MRSA, VRE); Enveloped viruses (Ebola, MERS-CoV). Steady state mercury vapor technology producing 200-300 NM (Nanometers) with peak UVC at 253.7 NM Mercury vapor lamps that do not produce ozone 185 Nanometers (NM) ozone block/ filter on mercury vapor lamps System must be able to confirm lethal UVC dose and eliminate shadow areas Customizable dose dependent disinfection cycles Must be programmable with multiple dose target settings. One (1) (or more) door safety sensor/s Emergency shut-off in case of an emergency Self-contained computer Data capture system software & reporting with cellular connectivity to transmit disinfection job report data to the reporting portal as required including room treated, cycle time, dose delivered, individual sensor readings and operator identification all for proof of compliance SYSTEM COMPONENTS: System Components supplied with each package (fixture type and quantity vary by application and package): (2) High Output Single Lamp UVC Fixture with Ultra-Reflector, ballast, and lamp. or (2, 4, 6, or 8) High Output Double Lamp UVC Fixture with Ultra-Reflector, ballasts, and lamps; and (1) Wall mounted Smart Touchscreen Control. (2) Red E-Stop Switches with Wall Plates. (2) Sets of Door Contacts with Magnets. (1) Remote mounted Control Box (usually mounted above the ceiling) (1) USB cable. (1) Smart Touchscreen Power Cable; and (1) Special installation screwdriver. TEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA __________________ __________________ Procedure room FIXED UV-C disinfection system. Includes (6) RD-Fx2 high intensity two lamp fixtures with polished reflector and lamps, (2) Red e-stop toggle switches and covers, (2) door contacts, control box, and wall mounted touchscreen control. Wi-Fi enabled for cloud programming and reporting. Includes 1 year warranty, and first year of support and cloud access plan. LOCAL STOCK NUMBER: RD-Fx-6 FIXTURE PKG 0002 1.00 EA __________________ __________________ Mammography procedure room FIXED UV-C disinfection system. Includes (2) RD-Fx1 high intensity single lamp fixture with polished reflector and lamp, (2) Red e-stop toggle switches and covers, (2) door contacts, control box, and wall mounted touchscreen control. Wi-Fi enabled for cloud programming and reporting. Includes 1 year warranty, and first year of support and cloud access plan. LOCAL STOCK NUMBER: RD-FX1-PKG 0003 2.00 EA __________________ __________________ Wireless Calibration Sensor 0004 2.00 EA __________________ __________________ 4G Wi-Fi Hotspot (First year of service, includes device) 0005 4.00 EA __________________ __________________ Shipping (all charges exceeding $200 shall be rolled into one of the line items in the solicitation and documented). 0006 4.00 EA __________________ __________________ Installation 0007 1.00 EA __________________ __________________ Remote Training and Setup Support 0008 1.00 EA __________________ __________________ 1 Year of Service and Support Agreement GRAND TOTAL __________________ B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001 3.00 0002 1.00 0003 2.00 0004 2.00 0005 4.00 0006 4.00 0007 1.00 0008 1.00 Basis of Award Project: WALL MOUNTED UV LIGHTS A. BASIS FOR AWARD. Award will be made to the lowest priced, technically acceptable responsible offeror, whose proposal conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. **ALL factors must be rated ACCEPTABLE to be considered for award. B. EVALUATION METHODOLOGY. The award decision will be based on the following: Note 1: Offeror must be registered in www.sam.gov to receive Government contracts. Note 2: Offeror must be registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) Note 3: If quote is based upon an Equal Product, the offeror shall provide documentation for both the brand name as well as the equal product to clearly document all salient characteristics are met. The Brand Name is RD UVC. Price. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s proposed price and the government s independent cost estimate. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Price realism may be performed by the Contracting Officer. If, during evaluation, it is determined that discussions are necessary, offerors Final Proposal Revisions (FPR) after discussions will be considered in making the source selection decision. Technical. Must meet or exceed all stated salient characteristics. Each factor will be scored as Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the SOW and the stated evaluation criteria. Each proposal is evaluated using the same standards. Past Performance. Must clearly document where offered product has been sold to a Federal Facility, installed and is currently in use with a positive record of current and performance. "Lowest Price, Technically Acceptable" Evaluation Standards Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror's proposal meets the performance and technical capability requirements defined in the Specifications. NOTE: Once the proposals have been determined to be "technically acceptable," award will based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The following table will be used for each proposal received to score each LPTA factor as to whether it is Acceptable or Unacceptable. Non- Cost/Price Factors Offeror Technically Acceptable / Technically Not Acceptable Meets all stated salient characteristics Must provide a minimum of three (3) references where brand name or equal product was installed at a Federal facility. Must include the facility name, contract number, total contract price, reference to contact (name, phone number and e-mail address)

ONE FREEDOM WAY  AUGUSTA , GA 30904  USALocation

Place Of Performance : ONE FREEDOM WAY AUGUSTA , GA 30904 USA

Country : United StatesState : Georgia

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies