Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
DOCUMENT

Q -- LEGIONELLA TEST FOR CANANDAIGUA VAMC - Attachment

Notice Date
10/10/2014
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs Syracuse;800 Irving Ave;Syracuse NY 13210
 
ZIP Code
13210
 
Solicitation Number
VA52815R0006
 
Response Due
10/20/2014
 
Archive Date
1/18/2015
 
Point of Contact
CHARLENE P. BOOTH
 
Small Business Set-Aside
N/A
 
Description
Sources Sought only. This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Place of Performance: Department of Veterans Affairs Canandaigua VA Medical Center 400 Fort Hill Avenue Canandaigua, New York 14424-1159 Purpose and Objectives: 1. The intent of this Sources Sought Notice is to identify potential offerors capable of providing Certified Laboratories to perform water tests required to meet VA Directive 1061 guidelines. The contractor shall be required to perform the following laboratory tasks: The contractor shall provide materials to sample, and all labor and materials to test domestic water for bathing and drinking. The tests are to include results for quantity of Legionella per 100ml sample with all positives speciated. Analysis will include the culture, identification and enumeration of Legionella species and serotyping including Legionella pneumophila (serogroups 1-15), L. dumoffii, L. micdadei, L. bozemanii (serogroup 1), L. longbeachae (serogroups 1, 2), L. jordanis L. feeleii (serogroup 1), L. gormanii, L. wadsworthii, L. hackeliae, L. maceachernii, L. oakridgensis, L. cherrii, L. sainthelensi, L. anisa, L. parisiensis, L. spiritensis, L. jamestownensis, L. steigerwaltii, L. rubrilucens, and L. erythra. Contractor shall culture samples in accordance with standard methods for Legionella isolation by culture as described in the ISO Standards 11731-1:1998 and 11731-2:2004 and consistent with ELITE recommended guidelines and identify all recovered Legionella to species and serogroup level. Identification will include presumptive identification by agglutination testing followed by definitive identification by the direct fluorescent antibody stain (DFA) using monovalent and polyvalent reagents. All recovered Legionella isolates must be properly stored for at least 6 months to insure availability if molecular characterization is required. a.The laboratory shall provide a report indicating the analytical results for each sample submitted. b.Results shall be calculated in terms of colony forming units (CFU). c.All samples shall be properly preserved and protocol records kept for final QA/QC. d.The laboratory must be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) Program as proficient at performing the culture of Legionella from environmental samples, and participate in an external quality assessment/proficiency testing program for Legionella isolation. The laboratory shall be accredited for Legionella isolation by culture isolation as a field of testing. e.The laboratory shall also have environmental microbiology accreditation by a nationally recognized accrediting body (e.g., EMLAP, NELAP). f.The laboratory shall provide all necessary supplies at least 5 days prior to the date of testing, including: a.Laboratory requisition forms that are pre-printed with the collecting laboratory's site specific information. b.Detailed instructions for sample collection and criteria used to determine sample acceptability. c.All containers required for the collection, preservation and storage of all samples. d. Transport and/or shipping containers that meet all requirements of federal regulatory agencies and laboratory accreditation agencies. e. Dry ice or cold packs if required to maintain sample integrity (note: not required for Legionella testing). g.The laboratory shall be responsible for all sample transport costs by providing a courier service for pick up and transport or by paying charges for a commercial transport service (i.e. FedEx or UPS). Samples will be transported in such a manner as to insure the integrity of the specimen in accordance with the contractor's requirements. h.The laboratory shall report test results by e-mail or fax within 15 days of specimen receipt to designated POC at the Canandaigua facility. Reports must clearly state date of sample collection and description of water outlet location as described on test request form. i.The date of testing shall be the 15th day of the first month of each quarter (October, January, April, and July). The first date of testing of the base shall be 15 days from date of award. The contractor must have the skills, certification, and experience to be qualified to perform tasks dealing with LEGIONELLA TESTING. Certifications and/or training records may be requested. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the tasks. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business and/or Veteran Owned Small Business set asides. However, if response by either of these firms' types proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 621511. Any offeror capable of providing this service shall notify the Contracting Officer by email within 10 calendar days from the date of the publication of this synopsis. (i.e. no later than October 20, 2014, 2:00 PM EST). All information is to be submitted via e-mail to: Charlene.booth@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SyVAMC670/SyVAMC670/VA52815R0006/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-R-0006 VA528-15-R-0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1676740&FileName=VA528-15-R-0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1676740&FileName=VA528-15-R-0006-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CANANDAIGUA VAMC;400 FORT HILL AVENUE;CANANDAIGUA, NEW YORK
Zip Code: 14424
 
Record
SN03548647-W 20141012/141010234005-619fb69eeda639493c369f583c953fd3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.