Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
DOCUMENT

R -- Legionella Water Testing - Attachment

Notice Date
8/11/2017
 
Notice Type
Attachment
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q1013
 
Response Due
8/28/2017
 
Archive Date
10/27/2017
 
Point of Contact
Roman Savino
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number VA250-17-Q-1013 is being issued as a Request for Quote (RFQ) and the intent is to award a firm fixed price for Legionella, Water Testing. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26.   This requirement is available as full and open competition for commercial items under the North Atlantic Industrial Classification System (NAICS) 541618. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), 10701 East Boulevard, Cleveland, OH 44106 is seeking Quotes that provide pricing for Legionella, water temperature, pH, and free chlorine testing performed quarterly on the domestic potable hot and cold water per VHA directive 1061 during the period of five years (Base Year Plus Four Option Years). The Base Year Period of Performance is from 10-1-2017 through 9-30-2018 PROVISIONS AND CLAUSES: This combined synopsis lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for Lowest Price Technically Acceptable (LPTA). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. Additionally, any potential offerors quoting a brand equivalent must supply supporting documentation that the product quoted is of equal or greater technical capability matching the specified equipment in features, quality, warranty terms, compatibility with existing systems, and functionality to be considered. (2) Price: Quote for each line item, including but not limited to the requirements listed above. The provision at VAAR 852-211-77, Brand Name or Equal applies. The items called for by this RFQ have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the quote and are determined by the Government to meet fully the salient characteristics requirements listed in the RFQ. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination is preferred, please include any freight in the individual item pricing if applicable. The government will arrange for shipping if the estimated cost for handling is over $250. Please include an estimated date of arrival. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. Small businesses, especially service-disabled veteran owned small businesses and veteran owned are encouraged to contract their nearest Procurement Technical Assistance Center (PTAC) if assistance is needed in preparing their quote. The web site address for the location of the nearest PTAC is http://www.sellingtothegovernment.nct. ELECTRONIC INVOICE SUBMISSION: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoicing submissions, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center, and PO Box 149971, Austin, TX 78714-8971. Offerors shall complete FAR 52.212-3 Offerors Representations and Certifications-Commercial Items available for online registration at http://orca.bpn.gov or include a written copy with the quote submitted. The clause at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition, to include the following addendum to the clause: 52.204-7 (SAM registration) the successful offeror must be registered with the System Award Management (SAM) to be awarded a contract, you may register easily and quickly on-line at http://www.sam.gov, 52.232-34 (Payment by Electronic Funds), VAAR 852.237-70 (Contractor Responsibility) and 852.2370-4 (Commercial Advertising). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses by reference. Clauses: 52.203-6, 52.219-4, 52.219-8, 52.219-23 alt1, 52.222-21, 52.222-26, 52.222-35, 52.222 36, 52.222-37, 52.225-3 Alternate I. The preceding Federal Acquisition Regulations (FAR) clauses and provisions may be accessed on the Internet at http://www.arnet.gov/far. The preceding Veterans Administration (VAAR) clauses and provisions may be accessed on the Internet at http://www.va.gov/oa&mmlvarr/. To receive credit as a Service Disabled Veteran Owned Small Business, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). All questions must be submitted to Roman Savino, Contract Specialist by e-mail only by Wednesday August 23, 2017. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information are due no later than 3 p.m. EST Monday August 18, 2017 Technical questions and Quotes must be sent by email to roman.savino@va.gov. Legionella and water quality testing at Wade Park VAMC and TR House PART A-GENERAL INFORMATION A.1 Louis Stokes VAMC is required to have Legionella, water temperature, pH, and free chlorine testing performed quarterly on the domestic potable hot and cold water per VHA directive 1061. A.2 The quantity of tests per year will be 400 tests. A.3 Contract to commence Fiscal Year (FY) 18, October 1, 2017, to include quarterly testing of the domestic potable hot and cold water distribution system(s) and cooling tower water at Cleveland VAMC and the TR House for Legionella, water temperature, pH, and free chlorine. To include full report quarterly filled out properly and submitted within 2 weeks of testing. PART B-BACKGROUND Technical Requirements B.1 At the Wade Park location 10 domestic hot water, 10 domestic cold water, and 40 additional sample sites to be determined on a quarterly basis by the Water Safety Committee will be collected. At the TR House 10 domestic hot water and 10 domestic cold water samples will be collected. This equals 100 required samples per quarter. At the time, each water sample is taken, test and document the following for each sample: Legionella species must be specific, and identify what serogroup for Legionella pneumophila. Results will be reported to 1 cfu/ml for the potable domestic water, and 10 cfu/ml for the non-potable cooling tower water. In addition, the following will be measured: water temperature, level of residual biocide (free chlorine), and pH. 40 additional water samples may be required per quarter for follow up and or validation testing for Legionella as directed by the Water Safety Committee. B.1.1 Legionella water sampling: For routine environmental water sampling of the domestic potable water system, turn on the water and immediately fill the 250-ml collection bottle. Close the bottle and invert to mix the sodium thiosulfate neutralizer. For routine environmental water sampling of the hot water storage tanks, open the drain valve on the heater or tank and immediately fill the 250-ml collection bottle. Let the water continue to drain for 15-30 seconds to flush out residual water within the drain pipe. Fill a second 250 ml collection bottle. Label as Immediate and Post Flush. For routine environmental water sampling of the cooling towers, submerge an open 250 ml collection bottle just under the surface of water to obtain sample. For routine environmental water sampling of ice machines, collect the water sample as you would from any faucet: turn on the faucet and immediately fill the sample bottle. For ice samples, collect 2-3 collection bottles of ice for adequate melted volume of 250 ml. Water samples will be stored and transported in a manner consistent with requirements of CDC Elite laboratories for Legionella testing. * Testing will be coordinated with Infection Prevention and Control and Engineering Service. Testing will take place during normal working hours Monday-Thursday 0700hr-1530hr. Water samples and testing will be collected by the contractor with a facility escort. B.2 Once collected, samples are to be processed by a testing laboratory with experience in microbial testing of potable water. The Facility Water Safety Committee is to select the testing laboratory using the following criteria: Laboratories that process the water samples for Legionella 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. Information about CDC ELITE certified laboratories can be found at https://wwwn.cdc.gov/elite/Public/MemberList.aspx. Laboratories must also be able to determine if the Legionella detected in environmental samples is the species Legionella pneumophila identified by specific serogroup or another Legionella species. In addition to the requirement for current CDC ELIT testing laboratory also have environmental microbiology accreditation by a recognized accrediting program. B.3 Service will include testing at both facilities and documentation of tests in a written report sent as an attachment via email to Engineering Service and Infection Prevention and Control. Deliverables B.4 Deliverable Items Vendor will come to Wade Park and the TR House to take the samples and conduct the Legionella testing. Vendor will send a spread sheet in Excel clearly listing Legionella species and serogroups as appropriate, water temperatures, pH and free chlorine levels from each test site. Please note: The serogroups must be individually separated so the VA Can properly address any legionella growth. Test reports shall be issued to Infection Prevention and Control and Engineering Service before the end of each quarter. (October-December is the first quarter) B.4.1 Delivery Locations Cleveland VAMC 10701 East Blvd Cleveland Ohio 44106 Email craig.healey@va.gov elizabeth.eckstein@va.gov B.4.2 Government Contact Persons are the Assistant Chief of Engineering Service (Craig Healey) and Infection Prevention and Control Nurse (Liza Eckstein). PART C-SUPPORTING INFORMATION C.1 Place of Performance VAMC Cleveland 10701 East BLVD Cleveland Ohio 44106 TR House 9401 Lorain Cleveland Ohio 44102 C.2 Period of performance 1. Base Year: October 1st 2017 through September 30th 2018 2. Option Year One: October 1st, 2018 through September 30th 2019 3. Option Year Two: October 1st, 2019 through September 30th 2020 4. Option Year Three: October 1st, 2020 through September 30th 2021 5. Option Year Four: October 1st, 2021 through September 30th 2022 C.3 Special Considerations Laboratories that process the water samples for Legionella 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. Vendor shall not sell, solicit or manufacture any water treatment, control, or remediation product or equipment. Vender shall be a testing facility only that does not sell chemical for treatment or equipment for treatment. C.3.1 Contractor-Furnished Material (if applies) Contractor will furnish all material needed to perform testing and sampling. C.3.2 Government-Furnished Materiel and Services (if applies) No government material or service will be furnished.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q1013/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-1013 VA250-17-Q-1013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727342&FileName=VA250-17-Q-1013-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3727342&FileName=VA250-17-Q-1013-000.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: Cleveland VA Medical Center;Wade Park Campus;10701 East Blvd;Ohio
Zip Code: 44106
 
Record
SN04624784-W 20170813/170811231815-152617bfabf8aa84d726fafcbedde3c7 (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  © 1994-2020, Loren Data Corp.