Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
SOLICITATION NOTICE

F -- Water Sampling and Testing Services

Notice Date
4/13/2020 12:47:55 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26120Q0381
 
Response Due
4/17/2020 12:00:00 AM
 
Archive Date
05/02/2020
 
Point of Contact
Larry A Facio Contract Specialist 916-923-4553
 
E-Mail Address
Larry.Facio@va.gov
(Larry.Facio@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. 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 of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contract Specialist. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 03/03/2020 by 4:00 p.m. (Pacific Time). This is for a fixed-firm price contract with period-of-performance: 05/01/20 to 04/30/25. Description: Contractor is to obtain domestic, dental chair water line, and industrial cooling tower water sampling and laboratory testing services required per Veteran s Health Administration (VHA) Directive 1061 Legionella Disease and Scald Injury Prevention. Services requested will be performed at the VA Central California Health Care System s main campus in Fresno, CA. The Contractor shall provide management, supervision, labor, parts, reagents and testing materials, tools, incidental engineering services, and transportation necessary to perform the legionella and heterotrophic plate count services of selected potable water outlets, dental chair water lines, and industrial cooling tower basins. Specific Tasks: Quarterly Water Sampling and Field Testing Contractor shall be responsible for procurement of containers that are suitable for the testing required per VHA 1061 directive. Sampling collection procedures, storage and shipment shall follow Center for Disease Control (CDC) and Occupational Safety and Health Administration (OSHA) requirements and recommendations. Each water sample will be collected in a sterile, unused, leak-proof container provided by the Contractor. Contractor s staff shall wear appropriate personal protective equipment (PPE) when obtaining samples from cooling towers or any potentially contaminated water source. At a minimum this shall consist of eye protection, respirator, and exam gloves. Contractor s staff shall receive training pertaining to the collection, storage and shipment of Legionella and HPC samples. Training shall occur before any samples are collected in execution of this Contract and shall be renewed annually. Contractor will submit a written document detailing the training procedure and affirming that such training has been provided before execution of sample collection. Each quarter the contractor will collect 86 domestic water and 6 industrial water samples for legionella, 73 dental water line samples for HPC, and 6 industrial cooling tower water samples for HPC. Legionella water sampling locations shall consist of twenty-two (22) outlets in Building 31, twenty (20) outlets in Building 28, twenty-two (22) water outlets in Building 1, and twenty-two (22) outlets located in the Emergency Department/Post-Anesthesia Care Unit. Each building will have an equal number of hot and cold-water samples collected, (for example, when collecting water samples from Building 31, 11 hot water samples and 11 cold water samples would be collected). The Contractor should attempt to select different outlets (when not otherwise instructed) to obtain samples from in lieu of sampling the same outlets each cycle. Outlets to be tested are listed on Attachment A of this document. Condition of the sample shall be documented at the time of the draw. At a minimum, these will include: location, temperature, level of residual secondary biocide*, and pH. *Current secondary disinfection is chlorine dioxide. The facility reserves the right to switch products at will. Additional line items will be included in awarded contract to accommodate Emergency/Urgent/Re-testing. Shipping Samples to Laboratory and Lab Testing Lab Testing shall be performed at a CDC Elite certified analytical laboratory with at least 5 years of experience in environmental testing as stated in the VHA Directive 1061 requirements. (i.e. A2LA, NELAP accreditation). Accreditation and certification shall be maintained for throughout the duration of the contract. *Legionella and HBC testing will be performed by culturing properly / appropriately prepared water samples on an appropriate media. Rapid testing methods shall not be used. The Contractor shall ensure that samples collected for laboratory analysis are maintained under positive control, have appropriate documented chain-of-custody, are packed in leak-proof containers, and are shipped overnight to the laboratory. Samples shall arrive at the laboratory within 24 hours of collection. The contractor is responsible for any and all shipping/handling costs and materials. Contractor will provide shipping data (tracking numbers, carrier, etc.) for samples shipped to the testing Laboratory (if applicable) within twenty-four hours of shipment. The contractor is responsible for all shipping materials, to include blue ice or other methods to maintain appropriate sample temperatures during shipment*. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Send to: larry.facio@va.gov with subject line: VACCHCS Water Sampling Sources Sought. At a minimum, the following information shall be provided: Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 561210. 5. Provide a summary of the type of services performed and experience as it relates to Water Sampling and Laboratory Testing services. 6. DUNS Number 7. Additional information and/or comments. If intention is to sub-contract portion of the tasks the primary vendor must disclose the percentage of services to be sub-contracted, this declaration will be enforced throughout the duration of the contract. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/99aa978b4976422e99ecd30d228ddc84/view)
 
Record
SN05618872-F 20200415/200413230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.