Tenders of Veterans Affairs, Department Of Usa
Tenders of Veterans Affairs, Department Of Usa
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
N012--36c26225q0119 - Combined Synopsis - Fire Sprinkler Installation - One Time Service
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others...+1Electrical and Electronics
United States
S112--correct Power Deficiencies - Eepg Iii
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
The Department Of Veteran Affairs, Networking Contracting Office (nco1) Located In Brockton, Ma Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Trane U.s. Inc. For The Following Requirement:
statement Of Work (sow)
boston Healthcare System, West Roxbury Division
background:
this Work Covers All Labor, Transport, And Materials To Complete A Chiller Renewal To A 900-ton Centrifugal Chiller Located At West Roxbury Vamc.
place Of Performance:
1400 Vfw Pkwy, West Roxbury, Ma 02132
statement Of Work:
provide A Chiller Renewal As Described Below -
scope Of Work:
Equipment
qty
manufacturer
model Number
serial Number
asset Tag
900 Ton Centrifugal Chiller
1
trane
cvhf091na2
l03m08522
ch-1
furnish The Following Equipment, Replacement Parts And Or Materials.
refrigerant Removal And Replacement Per Applicable Law
dismantling Of The Centrifugal Compressor
refrigerant Analysis Using Trane Chemical Laboratory*
inspection And Verification Of The Inlet Guide Vane Assembly, Motor Shaft, Labyrinth Seals, And The Impellers Compared To Trane Specifications*.
motor Inspection Including A Rotor Bar And Resistance Analysis Of The Motor To Trane Specifications*
verification And Adjustment Of The Controls And Measuring Devices*
inspection Of The Overload Controls, Contactors, Wiring, And Other Starter Components*.
cleaning And Inspection Of The Lubrication System Including The Oil Pump, Regulator, Filters, Heating Elements, And Sump*
cleaning And Inspection Of Economizer And Liquid Line Flanges (recommend Repair As Necessary*)
installation Of New Trane Compressor Motor Bearings
speed Balance The Rotor And Impellers As One Operating Assembly Prior To Reassembly Of The Compressor.
reassembly Of The Centrifugal Compressor, Auxiliary Vapor And Liquid Lines, And Sight Glasses With All New Trane Gaskets
selectable Options Are:
replace Oil Pump And Motor, Included
clean And Verify Purge.
perform Vibration Analysis As A Base Line At Chiller Start-up
replace Motor Terminal Board.
installation Of Motor Terminal Board Using New Trane Approved Gaskets And Terminal O-rings
replace Relief Valve Carbon Disk And Gaskets.
motor Overhaul, Includes Shipment To & From Trane S Charlotte, Nc Remanufacturing Facility
chiller Evacuation And Leak Testing To Trane Specifications
charge With Refrigerant And Adjust Charge As Necessary (any Additional Refrigerant Required Must Be Provided By The Owner.
owner's Approval Will Be Required If Refrigerant Cleaning Or Additional Refrigerant Is Needed.)
start-up And Operation Check By Certified Trane Technician
verification Of Operating Parameters And Adjustment Of The Chiller As Per Its Original Specifications
trane Extended Warranty On Compressor Motor, Bearings, And Lubrication System
installation Of Trane R'newal Nameplate Indicating Trane Issues Centravac Compressor R Newal Serial Number.
factory Parts And Labor Warranty See Warranty Section (below) For Details
replace Centravac Purge W/ Earthwise Purge
customer Notification Of Unit Maintenance
lock Out Tag Out Chiller
recover Refrigerant From Purge
remove Purge
install Earthwise Purge
evacuate Purge And Open Valves
open Purge Isolation Valves
remove Lock Out Tag Out, Restore To Normal Operation
earthwise Purge Start-up
touch Up Paint
centravac Motor Renewal Warranty: 5 Years Parts & Labor
trane U.s. Inc. Will Be Awarded This Procurement Because The Va Owned Trane Ensemble System Is A Proprietary Control System And Will Only Have True Full Compatibility With Other Trane Ensemble Components, Software And Personnel. In Addition, The Chiller Is Manufactured By Trane And Only Trane Authorized Technicians Are Allowed To Work On The Equipment In Order To Maintain Oem Warranty. Other Contractors Are Unable To Perform This Work Due To Not Having Access To Trane Software And Replacement Supplies/oem Parts.
the Naics Code For This Requirement Is 811310 With Small Business Size Standard Of $12.5 Million.
this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, Interested Parties That Believe They Can Satisfy The Requirement Listed Above Must Clearly Identify Their Capability To Do So In Writing By January 14, 2025 At 12:00 Pm Est Time. Responses Should Be Sent To Issa Shawki At Issa.shawki@va.gov. Information Submitted In Response To This Notice Will Be Used Solely To Determine Whether Competitive Procedures Could Be Used For This Acquisition. A Determination By The Government Not To Open The Requirement To Competition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government.
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
J065--dss Omnicell Software Maintenance
Closing Date14 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
R799-- Pharmacy Wall To Wall Inventory
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions...+1Healthcare and Medicine
United States
Db02--intent To Sole Source Synoptic Reporting Software Pittsburgh Va Healthcare System
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Please See Solicitation For Details.
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Sources Sought Notice Only: Modular Office Trailer Rental To Support The Roseburg National Cemetery -- W023
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
5963--hospital Grade Televisions - Sources Sought
Closing Date13 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Description
this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e).
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. Iaw Far 15.201(e), 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 Description
this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 339112. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement.
the Department Of Veterans Affairs (va), Visn 5 Network Contracting Office, Is Seeking Sources That Can Provide A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program For The Charlotte Hall Va Clinic.
statement Of Work (sow)
contract Title. Topcon 5000 Exam Lane Tecs Program
background. The Charlotte Hall Va Clinic Is Requiring A Compact Eye Exam Lane As Part Of The Expansion Of Service Involved With The Technology-based Eye Care Services (tecs) Program. The Room Will Be Used To Check Patient S Vision, Perform Autorefraction And Slit Lamp Examination. Due To The Size Of The Room, A Compact Equipment System Is Needed To Screen Patients.
scope Of Work. The Procurement Shall Include All Parts, Materials, Labor, Software/licenses, Resources, And Training Required To Implement And Utilize The Equipment/system To Their Fullest Capacity. All Items Must Be Covered By Manufacturer S Warranty And Procured Through A Manufacturer-approved Distribution Channel. Distributers And Resellers Must Be Able To Document Ability To Provide Items Through Manufacturer-approved Distribution Channels Upon Request.
specifications.
4.1 Equipment
line Item Description
quantity
mini-lane Refraction Desk
1
cv-5000s Digital Phoropter
1
deluxe Stool With Back
2
dual Table-top
1
auto Kerato-refractometer
1
slit Lamp
1
auto Lensmeter
1
4.2 Required Features
compact System Combining Exam Lane Equipment Into One Space-saving Set-up: Digital Phoropter, Autorefractor, Lensmeter, Visual Acuity Chart And Chair & Stand
customizable Refraction Programs, On-screen Technician Scripts And Emr Connectivity
fit In A Foot Print Of 6 X 7
digital Phoropter
high-speed Lens Disc Rotation To Reduce Overall Refraction Time, Ocular Stress And Confusion For The Patient
ability To Connect To Network For Reduce Potential Transcription Errors
small Optical Head Requiring Minimal Space
dual Table Top - To Allow For The Use Of Two Instruments, Such As A Slit Lamp And An Auto Refractometer
auto Kerato-refractometer
ability To Perform Subjective Va Measurement For Far & Near Distance, Glare Test, Grid Test & Contrast Test
slit Lamp
auto Lensmeter
fully Automate To Measure Glasses Prescription. This Is A Required Feature To Allow Staff To Quickly Gather Results With Little Training In A Very Busy Eye Clinic In Dcva
specific Tasks.
5.1 Delivery.
all Equipment Shall Be Delivered To:
washington Dc Va Medical Center
50 Irving St Nw
Washington, Dc 20422
attn: Vhawas Equipment Committee
contract Va Purchase Order (po) Number Shall Be Included With Delivery Information (e.g., Packing Slip).
delivery Hours: The Warehouse Is Open To Receive Deliveries Monday Through Friday, 8:00 A.m. To 4:00 P.m., Excluding Holidays.
contractor Shall Coordinate Delivery With The On-site Point Of Contact (poc) And Provide Shipment Tracking Information.
contractor Shall Verify Delivery Date And Time With The On-site Poc At Least 3 Business Days Prior To Scheduled Delivery.
delivery Is Required Within 90 Days From Award Of The Contract.
5.2 On Site Procedures.
covid-19 Screening: All Persons Entering The Facility Shall Be Subject To Screening For Covid-19 Per The Current Cdc (center For Disease Control) Guidelines.
mask Requirement: All Contractors Shall Wear Masks While Indoors.
contract Personnel Are Required To Identify Themselves As Such To Avoid Creating An Impression In The Minds Of Members Of The Public That They Are Government Officials.
time Spent On Site Shall Be For A Period Sufficient To Complete The Work Set Forth In The Statement Of Work.
on Site Visits Shall Be Scheduled In Advance With The Designated On-site Poc.
contractor Shall Check In And Out With Biomedical Engineering Prior To Visiting The Worksite For Each Day Of Work.
the Va Campus Is Non-smoking. Contractor Personnel Are Required To Comply With This Policy.
parking: It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas.
contractor Personnel S Tool Bags Are Subject To Inspection.
5.3 Installation/implementation.
installation/implementation Will Be Completed By Personnel Certified And Knowledgeable With The Designated Equipment/system.
installation Shall Be Completed Within The Period Of Performance.
contractor Shall Be Responsible For Any Personal Protection Equipment (ppe) Required When Performing Work On Site.
contractor Shall Submit All Removable Media To Be Used On A Va System To Biomedical Engineering For Scanning With Anti-virus Software Prior To Use.
in The Case Turn-in, Exchange, Repair, Or Replacement Of Equipment Containing Hard Drives Used By The Va, The Hard Drives Shall Be Removed From The Equipment And Remain In Possession Of The Va (this Includes Loaned Or Rented Equipment).
the Contractor Shall Take All Necessary Precautions To Prevent Damage To Any Government Property. The Contractor Shall Report Any Damages Immediately And Shall Be Assessed Current Replacement Costs For Property Damaged By The Contractor, Unless Corrective Action Is Taken. Any Damaged Material (i.e., Trees, Shrubs, Lawn/turf, Curbs, Gutters, Sidewalks, Etc.) Will Be Replaced In A Timely Manner Or Corrected By The Contractor With Like Materials, At No Extra Cost To The Government, Upon Approval Of The Contracting Officer.
5.4 Training.
contractor Shall Be Responsible For Providing On-site Training To Clinical Staff/users.
training Is To Be Scheduled In Advance With The Designated On-site Poc.
education Shall Be Provided Prior To And/or At Time Of Installation.
education Professional Shall Be Certified To Provide Instruction On The Designated Equipment/system.
education Curriculum Must Include: Operations And Set-up, User Maintenance, Safety, And User Troubleshooting Tips.
5.5 Inspection And Acceptance.
contractor Shall Conduct A Joint Inspection With The On-site Poc Upon Completion Of Installation.
in The Event Deficiencies Are Identified, The Contractor Shall Provide The Date When The Identified Deficiencies Will Be Addressed If Not Addressed On The Date Of Installation. The Contractor Shall Conduct A Joint Inspection With The On-site Poc After Addressing All Deficiencies. All Deficiencies Identified In The Joint Inspections Shall Be Corrected By The Contractor Prior To Government Acceptance Of The Item. Any Disputes Shall Be Resolved By The Contracting Officer.
5.6 Deliverables.
the Contractor Shall Provide The Below Documentation For The Proposed Equipment To Tba Within 10 Business Days Of Work Completion:
service Report.
warranty Information.
electronic Copy Of The Operators Manual.
electronic Copies Of The Complete Technical Service Manuals, Including Troubleshooting Guides, Necessary Diagnostic Software And Equipment Information, Schematic Diagrams, And Parts Lists.
hours Of Operation.
dc Vamc S Normal Business Hours Are Monday-friday, 8:00 Am To 4:30 Pm, Excluding Observed Federal Holidays:
new Year S Day
labor Day
martin Luther King S Birthday
columbus Day
president S Day
veteran S Day
memorial Day
thanksgiving Day
juneteenth
christmas Day
independence Day
any Other National Holiday As Declared By The President Of The United States
period Of Performance. Delivery Within 90 Days From Contract Award.
item Information
item Number
description Of Supplies/services
quantity
unit
0001
1.00
un
__________________
__________________
topcon Ids-300 Mini-lane With Cv-5000s Refraction Desk
0002
2.00
un
__________________
__________________
topcon Os-300 Deluxe Stool With Back
0003
1.00
un
__________________
__________________
topcon Cv-5000s Kit W/polarized Mc-5s
0004
1.00
un
__________________
__________________
topcon Ids-300 Dual Table-top
0005
1.00
un
__________________
__________________
topcon Kr-800s Auto Kerato-refractometer
0006
1.00
un
__________________
__________________
topcon Sl-d701 Slit Lamp
0007
1.00
un
__________________
__________________
topcon Solos Auto Lensmeter
0008
1.00
un
__________________
__________________
installation, Calibration & On-site Training
the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. If You Are Interested And Are Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions:
(1) 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.
(2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi?
(3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items?
(4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(7) Please Provide General Pricing For Your Products/solutions For Market Research Purposes.
(8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
*** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Ryan.singletary@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Friday, January 24, 2025, At 10:00 Am Est. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
Closing Date24 Jan 2025
Tender AmountRefer Documents
51-60 of 1704 archived Tenders