Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 15, 2023 SAM #7870
SOURCES SOUGHT

F -- VISN 10 Legionella & HPC Testing Saginaw

Notice Date
6/13/2023 6:27:48 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25023Q0668
 
Response Due
6/20/2023 12:00:00 PM
 
Archive Date
06/25/2023
 
Point of Contact
Julia Rang, Contract Specialist, Phone: 216-217-9682
 
E-Mail Address
julia.rang@va.gov
(julia.rang@va.gov)
 
Awardee
null
 
Description
This Sources Sought/Market Survey Notice is being conducted by the Network 10 Contracting office on behalf of VISN 10. The purpose is to identify sources that can provide Legoinella testing in multiple areas throughout VISN 10. (NAICS code 541620; Size standard $16.5 Million) Contractors that can provide this requirement and are interested are requested to send: 1. Company Name 2. Unique Entity ID 3. Business size under NAICS 541620 4. If the service(s) are available on an FSS contract or not and the FSS contract number if it is available on contract. 5. Notification if they have Veteran Small Business Certification or not. Contractors must be registered and certified in VETCERT to be considered VOSB/SDVOSB. Veteran Small Business Certification (sba.gov) 6. Provide capability statement to include experience providing courier service. This is not a solicitation. This is a Request for Information, Sources Sought. Responses must be received NLT 3:00 PM EST on June 20, 2023. Please email all responses to Julia.rang@va.gov with subject line RFI 36C25023Q0668 Legionella Testing VA VISN 10 . SCOPE: The Department of Veterans Affairs has a requirement for legionella sample collection, analysis, and results management for government-owned buildings in which patients, residents, or visitors stay overnight located in Ann Arbor, Battle Creek, Saginaw, and Detroit, Michigan; Fort Wayne and Marion, Indiana. The Contractor shall perform sampling and analysis following best practices to meet the requirements set forth in VHA Directive 1061, PREVENTION OF HEALTHCARE-ASSOCIATED LEGIONELLA DISEASE AND SCALD INJURY FROM POTABLE WATER DISTRIBUTION SYSTEMS. The Contractor shall be responsible for: On site sample collection (Including all sample containers and testing equipment). On site physical and chemical testing - pH, temperature, residual biocide. Residual biocide is chlorine/ monochloramine/ chlorine dioxide depending on what is utilized at the facility. Refer to table below. Legionella testing by culture method. Reporting and managing results data (Electronically) Sampling will be conducted the first month of the quarter. Testing is required for both the primary and the secondary disinfectant. Biocide testing is required for each sample, both hot and cold sample for every sample point. Sampling reports shall be issued within 30 calendar days of sample date. Current biocides utilized by facilities in the scope of this SOW can be found in the following table: SITE Residual Biocide Used by Facility Saginaw, MI Chlorine Battle Creek, MI Chlorine Fort Wayne, IN Monochloramine Marion, IN Monochloramine Ann Arbor, MI Monochloramine Detroit, MI Chlorine SAMPLE COLLECTION: The Contractor shall provide sampling containers and shall be responsible for physical collection of all samples at each facility. Facility staff will assist and ensure access to all identified sample locations. These locations should alter/change each quarter to maximize testing throughout the system over time. The Contractor shall be responsible for sampling, testing, analysis, and the transportation of all samples to the laboratories actively certified by the Centers for Disease Control and Prevention (CDC) to the Environmental Legionella Isolation Techniques Evaluation (ELITE) laboratory. The Contractor shall furnish all sample collection equipment. Bottles must be sterile, appropriate for the analysis, properly preserved and promptly transported to the laboratory under strict chain of custody procedures. Contractor will provide a Quality Control and Assurance Plan and Health and Safety Plan for water sample collection and testing. Contractor will collect samples (Building, Tower, and Chiller per VA Directive 1061) in accordance with all local, state and federal regulations. Different volume size of container is required to facilitate resampling efforts per the 1061 Directive. Before collecting any samples, all samplers should receive thorough training in proper sampling protocol. This training should include segments on proper procedures for storage and filling of sample containers, handling of preservatives, safety protocols, cleaning of sampling and field equipment, disposal of excess preservatives, and packaging and shipping requirements. Training may be offered by state drinking water programs or another source. Measuring devices, such as pH or conductivity meters, used for field monitoring must be maintained and calibrated following the EPA-approved analytical methods and the manufacturers instructions. The calibration standards used must be within their expiration dates and free of suspended matter. Probes must be washed with deionized water after each use and stored according to instructions. Other equipment items used to collect samples also must be rinsed with deionized water and kept clean between sampling events to prevent contamination of the samples. Contractor should be able to demonstrate that equipment is properly calibrated while onsite if requested by facility point of contact. Field blanks, made by transferring deionized water to a sample container at the sampling site may be used, to test for contamination due to the introduction through the sampling procedure and sampling environment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/284479ac389345aeb4dad91c03862e08/view)
 
Place of Performance
Address: Multiple locations: Ann Arbor, Battlecreek, Detroit, MI, Ft. Wayne and Marion, IN Various
Zip Code: Various
 
Record
SN06714626-F 20230615/230613230118 (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.