DOCUMENT
H -- Legionella Prevention Services - Attachment
- Notice Date
- 1/15/2016
- Notice Type
- Attachment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- VA26116Q0264
- Response Due
- 1/22/2016
- Archive Date
- 4/21/2016
- Point of Contact
- Denard M Fobbs Jr
- Small Business Set-Aside
- N/A
- Description
- This is NOT a request for quotes or proposals; the Government is seeking information for market research purposes only. The Department of Veterans Affairs Network Contracting Office 21 (NCO21) is currently conducting a market survey for qualified businesses capable of providing Legionella Prevention Services at the Center for Aging (a 60 bed residential facility), 3B2 (a 10 bed residential facility) and the ACC Cooling Towers at the VA Pacific Islands Health Care System located at Tripler Army Medical Center, 459 Patterson Road, Honolulu, HI 96819 (See Draft Statement of Work for additional details). The contract shall be a firm fixed priced, with an applicable NAICS of 541990. Responses to this notice must be submitted via email and must be received not later than January 22, 2016 at 10:00 AM PST. Email To: denard.fobbs@va.gov / Subject: Sources Sought Response Legionella Prevention Services, Hawaii. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number, address, point of contact and social-economic status verification. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business). Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov. *DRAFT* SCOPE OF WORK (SOW): 1.The Contractor shall provide services for Project No: 459-15-SL016, Provide Legionella Prevention Services at the Center for Aging (a 60 bed residential facility), 3B2 (a 10 bed residential facility), and the ACC Cooling Towers at the VA Pacific Islands Health Care System located at Tripler Army Medical Center, 459 Patterson Road, Honolulu, HI 96819. 2.Background: The facility has experienced previous environmental water samples testing positive for Legionella. 3.SERVICES STATEMENT OF WORK Provide labor, materials, equipment, and supervision necessary to provide comprehensive reoccurring Legionella Prevention Program Services that: a.Meet the requirements of VHA Directive 1061: Prevention of Healthcare-Associated Legionella Disease and Scald Injury from Potable Water Systems http://www.va.gov/vhapublications/ViewPublication.asp?pub_ID=3033 b.Incorporates the attached CFA Plumbing Site Plan, Hyperchlorination Location Worksheet, CFA Water Piping Diagram, and PIHCS HACCP Plan http://vaww.visn21.portal.va.gov/cam/legionella/459/01-HA%20VAMC%20Honolulu.HI%20FINAL.PDF. c.Provides for Water Management Services i.Develop and maintain a water management program for the campus that is updated annually. ii.Address site survey, water data analysis, coordination, and management plan updates. iii.Coordinate and organize a meeting with VA Facility Water Safety Committee, update the risk assessment and activity hazard analysis. d.Provides for Water Sampling Services i.That meet VA, OSHA, and AWWA requirements. ii.That provide quarterly sampling for Legionella cultures, Oxidant Residual, Temperature, pH, Dissolved Solids, and incoming building Water Pressure. 1.Contractor shall provide a quote for quarterly sampling and a per instance sampling 2.Government may elect to increase or decrease the quarterly sampling requirement. e.Provides for Water Maintenance Services i.Provide and maintain point of use filtration units for all showers and sinks that test positive for Legionella. ii.Flush plumbing system IAW VA Directive 1061 1.Survey fixtures and determine/identify irregular use or low flow fixtures 2.Flush all irregular use or low flow fixtures at least twice per week iii.Clean and disinfect cooling towers biannually. 1.Contractor shall provide a quote for biannual treatment and a per instance treatment 2.Government may elect to increase or decrease the biannual treatment requirement. iv.Meets VA, OSHA, and AWWA requirements for quarterly thermal shock/eradication of CFA water lines and addresses: 1.Hot Water Tank temperatures of 170F 2.Distribution of 160-170F water throughout system 3.30 minute flush at outlets 4.Enhanced scald protection measures 5.Contractor shall provide a quote for quarterly treatment and a per instance treatment 6.Government may elect to increase or decrease the quarterly treatment requirement. v.Meets VA, OSHA, and AWWA requirements for bi-annual hyperchlorination of CFA water lines by providing required chlorine levels for required time periods and: 1.Meets VA, OSHA and ASTM requirements for sampling and analytical methods (to include wet chemistry/titration/colorimetry methods) 2.Provide written/digital chlorine sampling results for baseline and post hyperchlorination operations. 3.Provide written/digital chlorine sampling results for each sink, shower, icemaker, and juice machine (in order to document the hyperchlorination operation). 4.Flush the water system and returns it to baseline chlorination levels. 5.Contractor shall provide a quote for biannual treatment and a per instance treatment 6.Government may elect to increase or decrease the bi-annual treatment requirement. 7.Minimize disturbance to patients/residents and care-givers by formally coordinating schedule de-confliction meetings with Medical and FMES staff. vi.Provision of Supplementary Water Treatment Measures 1.Which suppress Legionella growth and minimize risk of exposure to patients, visitors, and staff. 2.Which meet City & County, State of Hawaii, US Army/TAMC, and VA permitting and certification requirements. 3.Including documentation of system verification and maintenance activities. 4.The contractor shall provide a quote broken out by the following cost categories: a.Water Management Services b.Water Sampling Services c.Water Maintenance Services d.Management Site Visits e.Other Direct Costs 5.The Contractor shall coordinate all work with VA FMES staff in advance. 6.The service shall be in accordance with the latest AWWA (American Water Works Association) requirements, OSHA requirements, Uniform Building (UBC), National Electrical Code (NEC), National Fire Protection Association (NFPA) standard, VA Standards, and all local and city codes, as applicable. In the event there is conflict between any of the standards/codes, the more stringent standard/code shall apply. 7.The Contractor shall obtain and pay for all permits and inspections required for the work, comply with all ordinances pertaining to work herein, pay all expenses arising for the procurement of these certificates and include them in the base contract price. Contractor shall specifically address City & County, State of Hawaii, and US Army/TAMC requirements for water treatment operations/facilities. 8.The Contractor shall be solely responsible for the management and services, including all labor, equipment, materials, and inspection, to meet requirements of the contract. 9.All contractor personnel working on this project must complete "VA Privacy Training for Personnel without Access to VA Computer Systems or VA Sensitive Information" (print version) located at http://vaww.vhaco.va.gov/privacy/Training.htm. The signed completion form must be submitted to the Project Engineer prior to work start. 10.Performance of service will be from time of award to 365 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26116Q0264/listing.html)
- Document(s)
- Attachment
- File Name: VA261-16-Q-0264 VA261-16-Q-0264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511553&FileName=VA261-16-Q-0264-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511553&FileName=VA261-16-Q-0264-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-16-Q-0264 VA261-16-Q-0264.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511553&FileName=VA261-16-Q-0264-000.docx)
- Place of Performance
- Address: Spark M. Matsunaga VA Medical Center;459 Patterson Road;Honolulu, HI
- Zip Code: 96819
- Zip Code: 96819
- Record
- SN03993348-W 20160117/160115233722-b78fca93522e297efa7e718a1685d182 (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 |