THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION.
SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES.
DISCLAIMER
This RFI is issued solely for information and planning purposes 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.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112, Surgical and Medical Instrument Manufacturing (size standard of 1,000 employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published.
The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide Air Innovations’ SSC4500DX Sterile Storage Cabinets and Installation for the Greater Los Angeles VAMC, Los Angeles, CA. The prospective contractor must be able to provide supplies that meet or exceed the following requirements:
- STERILE STORAGE CABINET SALIENT CHARACTERISTICS
- The Sterile Storage Cabinets must have UV-C light is located above the HEPA filter and floods the filter with intense UV-C rays, which will sterilize airborne viruses and bacteria on the HEPA filter.
- The Sterile Storage Cabinets must allow user(s) to remotely monitor the temperature, humidity, and pressure of the Sterile Storage Cabinet from another room through 0-10 VDC signal.
- The Sterile Storage Cabinets must exceed requirements of VA Directive 1116(2); ANSI/AAMI ST79-2006; ANSI/ASHRAE/ASHE Standard 170-2017.
- The Sterile Storage Cabinets must conform with UL60601-1.
- The Sterile Storage Cabinets must be able to maintain 66°F to 72°F Temperature.
- The Sterile Storage Cabinets must maintain Humidity at 20% to 60% RH.
- The Sterile Storage Cabinets must have steam humidification utilizing standard demineralized water.
- The Sterile Storage Cabinets must maintain positive pressure of +0.03” WC.
- The Sterile Storage Cabinets must meet IEC 60601-1, Medical Standard for Power Supplies.
- The Sterile Storage Cabinets must have 120V hospital grade plug-in-cord.
- The Sterile Storage Cabinets must have cleanable 304 stainless steel payload construction with cleanable white powder coated.
- The Sterile Storage Cabinets must have HEPA Filtration designed to exceed ISO 6 Cleanliness.
- The Sterile Storage Cabinets must have ducted heat exhaust and must come with exhaust connection kit/parts to allow venting though a ceiling tile and waste heat from the cabinet can be discharged to the large spaces above the ceiling.
- The Sterile Storage Cabinets must have 230 air changes per hour or better.
- The Sterile Storage Cabinets must sterilize airborne viruses and bacteria on the HEPA filter through intense UV-C rays.
- The Sterile Storage Cabinets must have integrated condensate control system.
- The Sterile Storage Cabinets must be capable to interface with VA network environmental monitoring system via an access port.
- ITEM INFO
LINE ITEM
DESCRIPTION
Part#
QTY
0001
Air Innovations Sterile Storage
SSC4500DX
4
0002
UV-C light (Bathes HEPA filter) 99C0177-00
SSCUV
4
0003
Air Innovations Ceiling heat rejection Package
SSCHR24
4
0004
Installation: Includes uncrating and moving to designated location
SSC4000-OSAI
1
0005
Preventive maintenance
-
1
0006
Ceiling heat rejection package
SSCHR24
4
0007
Dock to Dock/Freight
Must be included in product pricing
-
- PERIOD OF PERFORMANCE
The anticipated period of performance will be for six weeks starting on the date of award. The period of performance will end after all units have been installed and training has been completed.
- DELIVERY (Multiple Locations)
- Delivery will be coordinated with GLA Warehouse Bldg. 297 on the delivery date and time with the selected vendor.
- Vendor shall deliver materials to job in manufacturer's original sealed containers with brand name marked thereon.
- Vendor shall package to prevent damage or deterioration during shipment, handling, and storage.
- All delayed delivery arrangements, within 60 days, shall be at no additional cost to the Government.
- Locations:
- GLA Building 297 Warehouse, 11301 Wilshire Blvd., Los Angeles, CA 90073
- Bakersfield VA Clinic, 1801 Westwind Dr, Bakersfield, CA 93301
- Liftgate is required for all location along with two step ladders and a skinny (narrow) pallet jack.
- INSTALLATION
This equipment requires installation and will be delivered to each location and installed by the vendor. The RMD Coordinators will accompany the vendor to the location to ensure proper installation and to answer any questions. The installation process will take approximately 12 to 24-hours per cabinets to properly acclimate to the installation area. Installation should be completed after delivery to each location listed below:
-
- Bakersfield VA Clinic (4 Units)
- WARRANTY
All equipment shall be covered under standard one (1) year warranty from the first day of delivery.
- TRAINING
Training will be provided by the technician after the cabinets have been installed, inspected, and tested at the final destination. The training will be performed the next day after all requirements have been met for use of the cabinets. The vendor will coordinate with the RMD Coordinators (14.2) as the point of contacts for training.
- ANNUAL PREVENTIVE MAINTENANCE
The vendor will provide a one (1) year of Preventive Maintenance (PM) for factory authorized Annual PM contract for (4) SSC cabinets to include all parts listed below, labor, transportation, and lodging. After the initial PM contract that is being provided, a new PM contract will be submitted to contracting for base and option years. The initial PM contract that is include in the order will end a year after the equipment has been received and installed.
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
- Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (Example: Requirement #1, Meet, Description/Explanation).
- Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A.
- 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 in this RFI?
- Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW?
- If you are a large business, do you have any designated/authorized 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.
- Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6?
- Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
- Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company:
- Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas?
- Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied?
- Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice?
- Please indicate whether your product conforms to the requirements of the Buy American Act.
- Please indicate and provide the proof of country of origin.
- What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate.
- What is estimated life span of your solution? What support/services does that entail?
- Does your organization offer a leasing solution? Please elaborate.
- Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s).
- If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the 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 provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, March 28, 2025 by 1:00 PM EST.
All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.