Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
DOCUMENT

H -- Water Testing for Northport VA - Attachment

Notice Date
9/11/2015
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N1482
 
Response Due
9/11/2015
 
Archive Date
9/14/2015
 
Point of Contact
John Redmond
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement MUST be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Statement of Work-Water Testing for Northport VA 1.Summary: Collect and analyze water samples for legionella analysis in accordance with VHA Directive 1061, "PREVENTION OF HEALTHCARE-ASSOCIATED LEGIONELLA DISEASE AND SCALD INJURY FROM POTABLE WATER DISTRIBUTION SYSTEMS". 2.Procedures: a.Collect and analyze water samples from distal points (sinks and showers) at the Northport VAMC campus. Specific sampling locations will be determined by the COR. The number and type of samples to be collected and analyzed is specified below. SAMPLING SCHEDULE Type of SamplingFrequencyNumber of Samples (per quarter) Northport Campus: routine testing (legionella culture)* per CDC protocolsQuarterly120 (120 samples per quarter x 4 quarters = 480 total samples) Non-routine testing (legionella culture)* per CDC protocolsAs Specified by COR70 Non-routine testing (legionella pneumophila serotyping or non-pneumophilia legionella identification)** per CDC protocolsAs Specified by COR50 * Quantify l. pneumophila and identify the presence or absence of other legionella species. ** Quantify l. pneumophilia isolates (serogroups 1 through 14) using serological testing and/or identify species of non-pneumophilia legionella. e.g. 1. Anisa, 1. Bozemanii, l. dumoffi, 1. Gormanii, 1. Jordanis, 1. Longbeachae, l. micdadei, etc. For the purposes of quotation, vendor shall include an additional five (5) sampling trips per year to collect non-routine samples. NOTE: Non-routine samples must be collected within 72 hours following receipt of notice by the COR. Routine samples shall be collected quarterly in accordance with an agreed upon schedule. b.Unless specifically directed otherwise, all samples shall be "immediate" (e.g. collected immediately after the tap is opened). The specific sampling locations and type of sample (e.g. hot water or cold water) will be specified by COR. c.Vendor must 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. d.COR will assist vendor personnel in obtaining requisite identification badges to enter the facilities and collect samples. Vendor personnel shall comply with all VA procedures governing building access and security. e.The laboratory that processes 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 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 and whether it is serogroup 1. NOTE: rapid testing method, such as polymerase chain reaction (PCR) and direct fluorescent antibody (DFA), are not permitted. f. In addition to the CDC ELITE certification, the laboratory must be certified by the New York State Department of Health Environmental Laboratory Approval Program (ELAP) for environmental analyses of potable water. g.Provide all sample analysis reports via email to COR. Analytical reports shall include a signed copy of the chain of custody, identification of sampling locations, analytical results and method detection limits and description of test methodology. h.All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line "VA Privacy and Information Security Awareness and Rules of Behavior Training" - TMS Code "10176". Contractors must provide signed certifications of completion to the COR during each year of the contract. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s)." All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov and include the RFQ (RFI) number, title of the project (Automatic Swing Doors Operator), and company name in the email subject heading. All responses are to be received NO LATER THAN Tuesday, September 15, 2015, 9AM EST. Please refrain from telephone communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N1482/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-1482 VA243-15-N-1482.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310964&FileName=VA243-15-N-1482-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2310964&FileName=VA243-15-N-1482-000.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: Norhtport VA Medical Center;79 Middleview Rd.;Northport, NY 11768
Zip Code: 11768
 
Record
SN03882812-W 20150913/150912000123-485d8853599a68680d3e7bdc33642931 (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.