Oregon Bids > Bid Detail

4240--Portable FTIR multi-gas Analyzer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159992128727904
Posted Date: Dec 13, 2022
Due Date: Dec 20, 2022
Solicitation No: 36C26023Q0123
Source: https://sam.gov/opp/9fbf810600...
Follow
4240--Portable FTIR multi-gas Analyzer
Active
Contract Opportunity
Notice ID
36C26023Q0123
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 13, 2022 09:34 am PST
  • Original Response Date: Dec 20, 2022 05:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 23, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • Place of Performance:
    White City VA Rehabilitation Center & Clinics , OR 97503
    USA
Description
Sources Sought

The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested.

The intended contract is a firm-fixed price contract.

A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories.

The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following:
Gasmet Model GT5000 portable FTIR multi-gas analyzer

Salient Characteristics

The Southern Oregon Rehabilitation Center and Clinic is requesting bids for the purchase of a portable multi-component Gas Analyzer (PMGA) to measure the concentration of toxic gases in its workplace in the various departments and field offices. Internal research has determined that one instrument that meets our current gas testing requirements is the Gasmet Model GT5000 portable FTIR multi-gas analyzer.
The following specifications detail the salient features of a PMGA that meets our gas testing requirements across the various departments with our healthcare facilities.

1) Must measure Waste Anesthetic Gases (WAGs) such as Nitrous Oxide, Desflurane, Sevoflurane, Isoflurane, Halothane, Enflurane simultaneously.
2) Must be capable of measuring gases & vapors liberated through the usage of cold sterilants gases such as formaldehyde, glutaraldehyde, hydrogen peroxide, o-Phthaldehyde (OPA), Ozone and Ethylene Oxide along with disinfection agents such as Ethanol and Isopropyl Alcohol.
3) Must have capabilities to measure these gases at occupational health & safety (OHS) exposure limits at ppm and sub-ppm concentrations.
4) Must be able to simultaneously measure up to 25 gases with user programmable update times ranging from each 5s for leak detection and up to each 5 mins for OHS exposure testing.
5) Must be capable of making interference-free readings and reporting a QA/QC statement with each gas component measurement to validate quality of the reading.
6) Must not require individual gas calibrations for each gas it measures. The PMGA should use an Internal calibration and require just a zero calibration using nitrogen gas before using.
7) Must be supplied with Windows®-based software that provides direct readout of up to 25 gases and trending of 15 gases simultaneously. Gas readings must be saved in text file format to allow importing into Excel® spreadsheet Gas readings and stored data from the PMGA must be available in the field or remotely using Wi-Fi communications.
8) The PMGA must be supplied with a component library in excess of 350 gases that allow the user to measure additional gases by changing the library at a future time.
9) It must be powered from AC power and supplied with at least Three (3) Li-ion rechargeable batteries to provide a full day s operation from DC power.
10) Must be supplied with an external battery charger and tester.
11) Must be portable and carriable by one person and supplied with a backpack.
12) Must be supplied with transport case with wheels for easy transfer to the field by staff
13) The weight of PMGA cannot exceed 10kg.
14) Must be supplied with virtual training
15) Twelve-month warranty must be supplied with the PMGA
16) Must be supplied with a Windows® Tablet with preloaded software and application library for the measurement of up to 25 toxic hospital gases simultaneously. Tablet must communicate to the PMGA via usb cable, Bluetooth, or Wi-Fi (user selectable)
17) Must have advanced software that permits the measurement of up to 50 gases simultaneously that allows the editing of the gas monitoring library. The Advanced software supplied allow the user to solve air quality issues in the workplace by detecting and identifying unknown gases using reference libraries such as the NIST library containing over 5,000 gases.
18) Must include an upgradable testing library so gases can be added in the future as healthcare and/or regulations change.
19) Must be Name Brand or Equal.

Potential contractors shall provide, at a minimum, the following information to Phillip.folger@va.gov.

1) Company name, address, and point of contact, phone number, e-mail address, and DUNS.

2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334513 Gas analyzers, industrial process-type, manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following:
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business

3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).

4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.

Responses are due by 12/19/2022 11:00 am PST, to the Point of Contact.

Shipping Address:
VA Southern Oregon Rehabilitation Center & Clinics
8495 Crater Lake Hwy,
White City, OR 97503

Point of Contact:
Phillip Folger
Contract Specialist
Phillip.folger@va.gov
(360) 816-2790
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 13, 2022 09:34 am PSTSources 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 >