Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
DOCUMENT

H -- Dental Water Testing SOURCES SOUGHT - Attachment

Notice Date
10/22/2019
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;PITTSBURGH, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24420I0054
 
Response Due
10/28/2019
 
Archive Date
11/27/2019
 
Point of Contact
Amanda Saunders
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DENTAL WATER TESTING (36C24420I0054) This is a SOURCES SOUGHT NOTICE only. The intent of this Sources Sought Notice is to identify potential Small Businesses especially any SDVOSB/VOSB offerors capable of providing these services. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. The Department of Veterans Affairs, Pittsburgh VA Medical Center located at Pittsburgh VAMC, University Drive C, Pittsburgh, PA 15215 has a requirement for Dental Water Testing Services.   The North American Industry Classification System (NAICS) code being considered for this procurement is 541380 Testing Laboratories and the Product Service Code (PSC) is H146 Quality Control Water Purification & Sewage treatment Equipment. The Small Business Size Standard is $15 million. Below is a draft copy of the Statement of Work (SOW). Responses to this notice should include the following: Company name Data Universal Numbering System (DUNS) number Company s address Point of Contact information (i.e. title, phone number and email address) Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements. GSA Federal Supply Schedule contract number, if within scope of this effort (if applicable). Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in www.VetBiz.gov, and be able to meet the limitation on subcontracting in accordance with 13 CFR 125.6; if applicable. All responses shall be submitted in writing via email no later than 12 Noon EST, on October 28th, 2019 to Mrs. Amanda Saunders at Amanda.Saunders@va.gov SUBJECT LINE: Dental Water Testing E-mail: Amanda.Saunders@va.gov. Facsimile or telephonic responses will not be accepted. Simply responding as an interested party in www.fbo.gov does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://www.sam.gov in order to be eligible for award of Government contracts. Statement of Work Provide all manpower, tools, equipment and management for the collection, testing, recording and analysis of potable water at the Veterans Affairs Pittsburgh Healthcare System as described in the following statement of work. This project will take place at the Heinz Campus. The project will have a COR assigned to coordinate all VA functions. This service requires the Contractor to access the Heinz Campus: Building 71 Dental Clinic. The COR will coordinate with the medical center and Contractor to ensure these areas are cleared for Contractor to perform work prior to commencing in each area. All work to be performed in accordance with: Medical Center Requirements 01 01 10 Safety and Health During Construction, EC-051 The TB risk analysis has been completed with a determination that the TB tests are required. Contractor shall not leave materials and working tools accessible when not in use. Contractor shall daily remove all tools and materials at the end of each working day. Working Hours Normal Business hours: Monday Friday, 7AM 3:30PM 1. Specific Tasks Task #1: Potable Water Testing at Dental Clinic Contractor shall sample and test for total bacteria analysis Dental Clinic water from all dental unit water lines in Building 71, Heinz campus. Sampling shall be performed on a quarterly basis at all 19 Dental Clinic Operatories, 18 of which have 6 dental unit water lines and one of which has 5 dental unit water lines, for a total of 113 samples per quarter. Historically, there has been a need for up to 5 water sample retests per quarter also for various reasons. Sampling shall be performed from 7:00 AM to 10:00 AM on the first or second Wednesday of each sampling month. Contractor shall coordinate with Dental Clinic staff prior to each sampling event to verify sampling time is acceptable. Should sampling not occur during the specified times, Contractor shall coordinate with the Dental Clinic staff to establish an appropriate sampling time. The first sampling event shall occur in October 2016. Contractor shall aseptically collect and ship Dental Clinic water samples to the testing laboratory. Contractor shall ship samples at its expense to the testing laboratory via overnight shipping on the same day samples are collected. Contractor shall provide all required collection bottles, shipping containers, ice packs for all shipments and collection materials for Dental Clinic water samples. Contractor shall analyze Dental Clinic water samples received using EPA-approved analytical water testing procedures. Samples shall be processed and tested by a National Environmental Laboratory Accreditation Program (NELAP) accredited laboratory. Test results shall be submitted to the VA within 2 weeks of obtaining the sample. If water sample retests are needed, they will be performed in the same manner under the same conditions as the original water samples were. 2. Security Requirements Contractor shall coordinate all work with COR prior to any field work. COR will ensure Contractor has appropriate VA badges. An identification badge must be worn at all times. Contractor will not be authorized to work in any area without approval from COR. Upon arrival at the VA, the Contractor shall report to the police offices where their driver s license will be exchanged for a VA provided badge.   At the end of each day, the VA badge will be returned to the Contractor and the personal ID will be returned. All data collected and information developed in any format shall be considered sensitive and shall be deemed confidential property of the VA. Nondisclosure of information specified within this scope and all related information, plans, research, and technologies shall be enforced. 3. Risk Control Contractor shall comply with all specifications, VA policies, solicitation terms and conditions. These requirements are critical to protect the medical center from risks associated with this project. At the commencement of the project, Contractor shall be required to meet with COR to review the Contractor s schedule, and EC-051, Safety and Health During Construction Directive. These criteria are essential to the success of minimizing risk to the medical center and meeting requirements of the SOW. Before any work can commence, Contractor shall get approval from COR for all these requirements. Contractor shall comply with the latest editions of applicable codes/standards of the following: OSHA - Occupational Safety and Health Administration EPA - Environmental Protection Agency PADEP Pennsylvania Department of Environmental Protection NFPA - National Fire Protection Association TJC- The Joint Commission (formerly JCAHO) AHERA - Asbestos Hazard Emergency Response Act NESHAPS - National Emissions Standards for Hazardous Air Pollutants ASTM International American Society for Testing and Materials UFAS Uniform Federal Accessibility Standards 4. TECHNICALLY ACCEPTABLE CRITERIA Technical Capability Offeror shall provide sufficient information to demonstrate the corporate capabilities (i.e. adequate equipment and trained personnel), to satisfactorily perform the work detailed in the Statement of Work (SOW). Provide evidence of experience, completed training, and their proposed responsibilities of individuals who will perform services. Past Performance: Provide a list of three (3) references such as hospitals, commercial facilities or government agencies (especially other VA hospitals) where your company has performed similar duties, within the last three (3) years.   Include the facility name, address, contact person who is responsible for the administration of the contract and the telephone number for each reference. The VA may supplement past performance documentation with market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24420I0054/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24420I0054 36C24420I0054_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197137&FileName=36C24420I0054-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5197137&FileName=36C24420I0054-000.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: Pittsburgh VAMC;University Drive C;Pittsburgh, Pa
Zip Code: 15215
 
Record
SN05480044-W 20191024/191022230616-0f2482b03c61c4767c780e4f03ca63ed (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.