DOCUMENT
H -- Services for Legionella Testing & Water Safety Managment Plan Development - Attachment
- Notice Date
- 8/27/2014
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24914Q0867
- Response Due
- 9/11/2014
- Archive Date
- 10/11/2014
- Point of Contact
- Matthew Cox
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. This is a Total Small Business Set-Aside requirement only qualified offers may submit bids. Solicitation VA-249-14-Q-0867 is issued as a Request for Quotation (RFQ) and constitutes the only solicitation, a written solicitation will not be issued. NAICS Code is 541990 and size standard is $14.0M. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response to this notice. Contract Type: The government anticipates awarding Firm Fixed Price contract. Award will be made to the lowest price quote which conforms to the requirements within this solicitation. Service Contract Act (SCA) Wage and Determination rules and regulations are applicable to this request and can be accessed at http://www.wdol.gov. In order to be considered for a government award, the firm must be registered in SAM @ www.sam.gov. Description of Services: This requirement is for the Lexington VA Medical Centers, Cooper Drive and Leestown Divisions. The Department of Veterans Affairs, Network Contracting Office located in Murfreesboro, Tennessee intends to issue a firm fixed price contract. The contractor shall provide all services, materials, labor, travel, and equipment necessary in order to carry out develop a Water Safety Management Plan for prevention of Legionella to identify risk and recommended implement control measures both from an engineering and environmental controls standpoint. The Water Safety Management Plan shall be based upon the principles and requirements specified within the Statement of Work and VHA Directive 1061 as well as the VA requirements and national standards, regulations and policies listed below: "ASHRAE Guideline 12-2000, Standard Minimizing the Risk of Legionellosis Associated with Building Water Systems for Legionella (reference CDC website) http://www.cdc.gov/legionella/about/prevention.html "OSHA Technical Manual - Section III: Chapter 7 https://www.osha.gov/dts/osta/otm/otm_iii/otm_iii_7.html "Safe Drinking Water Act (SDWA) http://water.epa.gov/lawsregs/rulesregs/sdwa/index.cfm "CTI Guidelines WTB-148, Legionellosis Guideline: Best practices for Control of Legionella http://www.cti.org/downloads/WTP-148.pdf Quote Submission: To be considered for award the offeror must provide information regarding previous Water Safety Plan experience (preferably as a past prime contractor). Demonstrate experience working with a Facility Water Safety Committee. Information should include the number of plans developed over the past five (5) years, as well as specific information on the type and size of facilities for which these plans were developed. Sample Water Safety plan documents shall be provided with the submission. Past experience should demonstrate Healthcare experience addressing both cost and safety issues in potable and utility water systems. Past Experience shall also identify past partnerships and sub-contractors who have worked on documents as a team. Offeror should demonstrate experience with VHA requirements and ASHRAE 188P. Personnel Qualifications: To be considered for award, the offeror must be able to provide the personnel needed to complete all phases of the work stated in the statement of work, demonstrate experience working with identified sub-contractor or other partnerships on past similar work, present a management plan that indicates the availability of the personnel who will be devoted to this project, provide a schedule on how this project is anticipated for completion which meets the minimum experience and timeline requirements. In addition, the offeror shall provide: i.A Prime contractor Site/Account Managers that possess a Bachelor's degree or higher in science or engineering and that are NSF certified HACCP (Hazard Analysis Critical Control Point) Managers. Project Manager shall be a single point of contact (POC) for the contract. Person identified shall have past experience leading a qualified team to develop documents which are defensible. Project Manager shall demonstrated working knowledge of HACCP and legionella prevention as well as demonstrate competency for the development of HACCP documentation for facilities of similar size and scope. ii. Team members shall demonstrate experienced and expertise in water systems and Legionella prevention that support a legally defensible water safety program(s). iii.A CDC ELITE Certified Laboratory to test for Legionella and other water borne pathogens which can provide specific detailed analysis of the findings. Note: The offeror is not permitted without the approval of the COR/CO to replace key personnel originally identified to conduct the environmental compliance audit. Management Approach: At a minimum, the offeror should develop a plan showing an understanding of the tasks to be covered and the schedule for the required services. The plan will at a minimum: i.Provide a management organization plan that among other items shows how the work will be managed to ensure the success of the contract from a professional, cost and time perspective. ii.Provide a staff plan that among other items shows availability of staff and subcontractors to complete multi-tasked jobs. iii.Provide a schedule which meets the required time lines identifying how and when the work will be accomplished for each of the Medical Centers (Cooper Drive and Leestown Divisions). Example Plan: The offeror shall provide two example of a recent (within 3 years) water safety plan completed by the same key personnel submitted for this contract. The plan will be evaluated for technical competency, proposed team, thoroughness, compliance, organization, and ease of understanding and timeliness. Companies shall identify any alterations (lessons learned) which might be expected as a solution for this project based upon their respective past experiences and outline these details. Location: The offeror shall demonstrate their and respective sub-contractors location is conducive to completing this contract and how communication will be performed as a unified team. Past Performance: The offeror will provide a minimum of three past performance references for work similar in cost and technical scope. Past performance references shall identify the Agency name and point of contact phone number, contract or delivery order number, a brief scope of contract, and contract value. Offerors shall submit their quote on company letterhead with firm's DUNS# and ORCA document in SAM at www.sam.gov, completed copy of 52.212-3 Offerors, Representations and Certifications- Commercial Items, and ORCA document. All questions regarding this solicitation must be submitted to the Contract Specialist in writing by e-mail to Matthew.Cox@va.gov no later than 8:00AM CST, September 5, 2014. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Quotes must be received no later than 8:00 AM CST September 15, 2014. Email your quote to Matthew.Cox@va.gov. The subject line must specify VA-249-14-Q-0867 - Service Contract for Legionella Testing and Water Safety Management Plan Development - VAMC Lexington and quotes should be broken down as such: BID LINE ITEMS: Lexington VAMC Leestown Division Item Description Line Item # 0001Development of HACCP and Water Safety Management Plans for Inpatient/Lodging Buildings listed in Appendix I.$0.00 0002Quarterly Environmental Legionella Testing:$0.00 BID LINE ITEMS: Lexington VAMC Cooper Drive Division Item Description Line Item # 0001Development of HACCP and Water Safety Management Plans for Inpatient/Lodging Buildings listed in Appendix I.$0.00 0002Quarterly Environmental Legionella Testing:$0.00 Total Price ProposedLeestown and Cooper Drive Divisions$0.00 Solicitation document and incorporated FAR and VAAR provisions and clauses apply to this acquisition: 52.204-7, Central Contractor Registration - title is now System for Award Management [SAM]. 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.233-3, Protest after Award 52.222-3, Convict Labor 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 852.203-70, Commercial Advertising 852.215-70, Service Disabled Veteran Owned and Veteran Owned Small Business Evaluation Factors 852.215-71, Evaluation Factors Commitments 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 852.270-1, Representatives of Contracting Officers 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0867/listing.html)
- Document(s)
- Attachment
- File Name: VA249-14-Q-0867 VA249-14-Q-0867.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1601353&FileName=VA249-14-Q-0867-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1601353&FileName=VA249-14-Q-0867-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-14-Q-0867 VA249-14-Q-0867.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1601353&FileName=VA249-14-Q-0867-000.docx)
- Place of Performance
- Address: Lexington VA Medical Center;1101 Veterans Drive;Lexington, KY
- Zip Code: 40502
- Zip Code: 40502
- Record
- SN03482670-W 20140829/140828022121-31d0a0d44eddd031ad113d8d977d7f78 (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 |