Virginia Bids > Bid Detail

4540--Brand Name or Equal KS88 Cart Washer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
Opps ID: NBD00159870527799096
Posted Date: Mar 13, 2023
Due Date: Mar 20, 2023
Solicitation No: 36C24423Q0588
Source: https://sam.gov/opp/09a917b72b...
Follow
4540--Brand Name or Equal KS88 Cart Washer
Active
Contract Opportunity
Notice ID
36C24423Q0588
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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 13, 2023 09:32 am EDT
  • Original Response Date: Mar 20, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4540 - WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Pittsburgh VA Medical Center 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. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Pittsburgh VA Medical Center requires the delivery of a Brand Name KS-88 Cart washer or equal to product. The purpose of this equipment is to help the EMS housekeeping staff keep the autoclave (646-19-0116) clean, free of debris, dirt, and sanitary allowing VA Medical Centers to maintain a healthy environment for employees, patients, and staff members.

Description of work: VA Pittsburgh requires the purchase of the following (Brand Name or Equal requirement):

The equipment provided by the contractor must meet, at a minimum, the brand name equipment identified below based on the salient characteristics listed for each item. See attached blueprint for KS-88 Cart Washer.
Cincinnati Industrial Machinery KS-88 Cart Washer Machine:

Quantity
1
Salient Characteristics

Equipment Type
KS-88 Cart Washer
Machine

Stainless Steel Custom Covers

Training, Installation
Turnkey

Description of Washer Machine Dimensions (Minimum Requirements)

The carts specific to the cart washer dimensions are (see blueprint):

Wash chamber dimensions must be 102 (inch) long, 36 (inch) wide, and 80 (inch) height
Overall length is 120 inches long by 66 inches wide, and 140 inch height
Pass through the washing machine, front, and rear entry walk-through design
Hatch/door (opening) must be 38 (inch) width by 83 (inch) height
Hatch/door (opening) must have a safety release latch
Triple hinge (3 hinges). 44 inch door swing
Wash temperature 140-160 Fahrenheit, and rinse temperature thresholds are 180-195 Fahrenheit
¾ (inch) water strainer
2 inch drain outlet
Steam capability 10 pressure per square inch (PSI) and ¾ (inch) condensate return line.
Steam heat booster ½ inch line and 10 to 15 pressure per square inch booster inlet line
¾ gas line with manual shut-off switch
Fire tube exhaust is 8 inch stack, draft hood 6 5/8 inch exterior outside exhaust tube
Ventilation 7 9/16 inch diameter watertight duct inside jabbing jointers and the gasket between fan and water and pump rate of 3,450 rotations per minute (RPM).
Wash pump is 15 horsepower (HP) TEFC pump delivery of 400 gallons per minute (GPM) at a rate of 35 pressure square inch (PSI)
304 stainless steel construction, 12 gauge, type 304 for the tank, housing, removable screens and 225-gallon capacity overall. The housing construction is 16 gauge 304 stainless steel
Panel-Z type, interlocking, stainless steel with smooth finish polished finish
Stainless steel nozzles
Two (2) counter-rotating stainless steel spinning arm assemblies for wash and rinse cycles
Utilities are electric and water and sewer.
Electric is 208/230/480 Volt-3 phase, 60 hertz
Delivery:

Deliveries will be coordinated between the contractor and the Government but must be on a working business day of Monday through Friday during business hours. Equipment shall not be delivered on Federal Holidays or weekends.
University Drive Campus, the loading dock and Brackenridge Street is limited space. Contractor must evaluate the delivery taking into consideration the length of trucking rig, turning capability, multi-grade loading dock ramps, and congested traffic pattern limiting any kind of closure for delivery. The contractor and subcontractors are responsible for obtain the permits from local authorities responsible permits.

Upon delivery of equipment the Receiving Department, the contractor is responsible for unpackaging and completing turnkey assembly.

The contractor must break down cardboard, plastic waste, packaging, etc. and place it in the appropriate VA waste receptacle. Recyclable materials are expected to be placed in the appropriate VA recyclable receptacle. Shrink wrap is expected to be placed in trash.

To assist the VA with tracking its waste stream and in support of Executive Order 14057 and national waste and recycling management goals, the contractor must include documentation that includes the estimated weights of re-usable products, recyclable materials, and waste material. This information will allow EMS Recycling Coordinators to document and track the waste stream. Additionally, the contractor is encouraged to utilize shipment methods that utilize reusable shipping products and produce the least amount of waste. Executive Order 14057 Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability, Section 207, requires the VA to minimize waste and annually divert from landfills at least 50 percent of non-hazardous solid waste, including food and compostable material, and construction and demolition waste and debris by fiscal year 2025 and 75 percent by fiscal year 2030.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 333310 (size standard of 1000 employees). Please answer the following questions:
Please indicate the size status and representations of your business, 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.)?
Is your company considered small under the NAICS code identified under this RFI?
Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured.
If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
If you re a small business and you are an authorized distributor/reseller for the items identified above do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
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 subcontracted work and completion of job.
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?
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.
Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes.
Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
Please provide your UEI number.

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 e-mail to edward.ferkel@va.gov no later than, 10:00 AM Eastern Standard Time (EST) on March 20, 2023. 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 questions will be addressed by the Contracting Specialist, Edward Ferkel.

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.

If a solicitation is issued, information will be posted on the Contract Opportunities website 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 e-mail to Contracting Specialist, Edward Ferkel at Edward.ferkel@va.gov
DISCLAIMER
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.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2023 09:32 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >