Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
DOCUMENT

Q -- Legionella Water Testing - Attachment

Notice Date
4/3/2017
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017N0249
 
Response Due
3/17/2017
 
Archive Date
5/16/2017
 
Point of Contact
Shawn O'Neil
 
E-Mail Address
3-7650<br
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 6 This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Shawn O Neil, shawn.oneil1@va.gov (one L, then the number 1). Interested firms should notify this office, as early as possible, but not later than April 7, 2017. All firms shall list their name, address, phone number, point of contact, and type of business. Any questions can be directed to Shawn O Neil, Contract Specialist, at (360) 553-7650, Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This Sources Sought announcement is for the VA Medical Center located in White City, Oregon. A copy of the Statement of Work is attached to this notice. GENERAL DESCRIPTION of the services to be performed: The purpose of this requirement is to provide laboratory services for analysis of water samples collected to fulfill VA water testing requirements for Legionella in accordance with VHA Directive 1061, Prevention of Healthcare-Associated Legionella Disease and Scald Injury from Potable Water Distribution Systems dated August 13, 2014. The facility will draw samples and package and ship to the laboratory for analysis. This is a Non-Personal Service. The designated NAICS Code is 541380-Testing Laboratories, Size Standard, $15 Million. A Statement of Work (SOW) shall be included in the sources sought notice. The sources sought notice number is VA260-17-N-0249. Your response shall include the following information: Size of company (i.e., 8(a), HUBZONE, WOSB, EDWOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.). Ability to comply with the Limitations on Subcontracting as defined in VAAR Clause 852.219-10 for SDVOSBs and FAR Clause 52.219-14 for small business concerns or 8(a) participants. Revenue for last three years. Relevant past performance on same/similar work dating back to the last five years and your company s capability to do this type of work. Teaming Arrangements to include relevant past performance on same/similar work dating back to the last three years. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.   It is imperative that business concerns responding to this sources sought, articulate their capabilities clearly and adequately. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.   After market research is completed, the government will decide the type of small business program consideration under which this solicitation will be issued, if any. This action is being considered for 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) and/or Historically Underutilized Business Zone (HUBZone) firms. 8(a) firms, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Women Owned Small Businesses (WOSB). If interest is not received by the response due date from enough service disabled, veteran owned, or other small businesses, a resultant future solicitation can be issued unrestricted, and no further communications regarding the decision will take place. ***STATEMENT OF WORK*** A. GENERAL A.1 GOAL: To provide contract laboratory services for analysis of water samples collected to fulfill VA water testing requirements for Legionella in accordance with VHA Directive 1061, Prevention of Healthcare-Associated Legionella Disease and Scald Injury From Potable Water Distribution Systems dated August 13, 2014.. Contractor shall provide White City VA Medical Center (VA SORCC) with annual service for L. pneumophila water sampling for the contract period of TBD. This is a base contract with four option renewal years. A.2 BACKGROUND: In accordance with VHA Directive 1061, Prevention of Healthcare-Associated Legionella Disease and Scald Injury From Potable Water Distribution Systems dated August 13, 2014, the facility will provide contracted laboratory with (not to exceed) 800 water samples every fiscal year (annually) at a pace of (not to exceed) 40 samples a week with a target of 200 samples every fiscal year quarter. The facility is testing water in 10 buildings. Every quarter, in each building, the facility will collect and request analysis of 10 cold water distribution and 10 hot water distribution water samples. A.3 LOCATION OF SERVICES: VA SORCC Facilities Management Service (138) 8495 Crater Lake Hwy White City, OR 97503 A.4 DVA FURNISHED PROPERTY OR SERVICES: VA to provide reusable coolers and reusable cooling pads to ship weekly samples to the laboratory and the contractor to return the coolers/cooling packs to VA POC (for reuse) along with the empty analysis containers (Sample bottles) that will be used for future sampling no later than 10 working days of sample receipt. VA SORCC will ship samples in coolers using UPS, FEDEX or USPS second day air. A.5 CONTRACTOR-FURNISHED PROPERTY OR SERVICES: Contractor will provide all necessary labeled sampling bottles, standard chain of custody forms (available online for facility access to print) and services to complete the items required by this contract. Sampling reports containing results shall be scanned in Adobe reader and emailed to VA SORCC Point of Contact within 10 working days of sample receipt. A.6 DEFINITIONS: A.7 DOCUMENTATION: Service record documents shall be provided directly to the VA POC (within 10 working days of sample receipt) and shall include, but is not necessarily limited to: name, telephone number and address of the laboratory, VA sample number, date sample was collected, date lab reported results to VA, date samples were received by the lab from the VA, Laboratory number, test performed, analysis results reported as ( No Legionella Recovered or Presence of Legionella Recovered, number of colony forming units per milliliter and any details germane to the analysis that the lab feels is pertinent to clarify analysis findings, and an identifier which can be used to identify the technician rendering the analysis and any follow-up required. A.8 TRAINING: NA A.9 PATIENT CONFIDENTIALITY: The contractor shall ensure the confidentiality of all patient information being transported and will be held liable in the event of breach of confidentiality. The contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579), the comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93-282), and the Drug Abuse Office and Treatment Act of 1972 (Public Law 93-255), and any other statutes regarding confidentiality of patient information. B. TECHNICAL APPROACH/TASK B.1 HOURS OF OPERATION: NA B.2 DELIVERY/PICK-UP POINT: NA B.3 METHODS TO BE USED: The vendor shall use standard methods and procedures for the items required to be collected/delivered to the VA SORCC. All work shall be in conformance with State, local and/or Federal laws. B.4 SPECIFIC REQUIREMENTS Should the need arise when legionella remediation is necessary the VA may also utilize the contractor for additional legionella analytical services to include, but not limited to, analysis of additional samples and/or speciation of legionella. As such, the contractor must have the capacity to accept the Government charge card (credit card) as form of payment. If charges outside of this contract are incurred contractor must have pre-authorization from VA SORCC staff to perform any testing outside of this contract scope and must contact VA SORCC to be issued a Purchase Order number prior to testing or other work being performed. Once testing/work is completed contractor will submit an invoice with the Purchase Order number noted on the invoice for payment. B.5 DELIVERABLES: NA B.6 ID BADGE: NA B.7 PERSONNEL: NA B. 8 SERVICES DELIVERY SUMMARY: C. SPECIAL CONTRACT REQUIREMENTS C.1 QUALITY CONTROL: Laboratories that process the water samples for Legionella must be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program or the Public Health England (PHE) Legionella External Quality Assessment (EQA) scheme as proficient at performing the culture of Legionella from environmental samples. The laboratory must also be able to determine if the Legionella detected in environmental samples is the species Legionella pneumophila serogroup 1. NOTE: Rapid testing methods, such as polymerase chain reaction (PCR) and direct fluorescent antibody (DFA), shall not be used to detect Legionella in the samples. The laboratory shall also have current environmental microbiology accreditation by a recognized accrediting program. (2) The laboratory must be capable of concentrating water samples prior to plating the samples on selective media to increase the sensitivity of the assay. (3) The testing laboratory must be capable of providing storage of the environmental isolate(s) at least temporarily if the facility elects to use molecular typing to characterize environmental Legionella isolates. C.2 QUALITY ASSURANCE: The government will periodically evaluate the contractor s performance by appointing the Contracting Officers Representative (COR) to monitor the performance to ensure services are received. The COR will evaluate the contractor s performance through review of the log sheet, review of the contractor s quality control program and receipt of complaints from department personnel. Contractor will adhere to timeframes as outlined by VA SORCC to ensure reports and supplies are received as requested by the SORCC. The completed services shall be performed in an efficient and reliable manner. The SORCC has the right to reject work if the work is not performed in an efficient and reliable manner with the timelines and frequencies outlined above. Contractor to provide COR with report on service completed and condition after each inspection and within two days of said inspection. C.3 GOVERNMENT REMEDIES: The Contracting Officer is responsible for following Contract Terms and Conditions. C.4 RECOGNIZED HOLIDAYS: The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays: New Years Day, Martin Luther Kings Day, President s Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas. C.5 PERSONNEL IDENTIFICATION: NA C.6 PERSONNEL POLICY: The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel: Worker s compensation, Professional Liability Insurance, Income tax withholding, and Social Security payments. The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. C.7 LAWS & ORDINANCES: The Contractor shall comply with all applicable laws, ordinances and regulations (Federal, state, city or otherwise) covering his operations under the contract. C.8 TWO WAY RADIOS: NA C.9 INVOICES: All payments shall be made in arrears upon receipt of a proper invoice. Invoices will provide the following minimum information: Contract Number Date of Service Itemized Charges Authorizing Official D. TECHNICAL EXHIBITS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/572a3f06fd046e8ace55b31328a7b12d)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0249 VA260-17-N-0249.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3389346&FileName=VA260-17-N-0249-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3389346&FileName=VA260-17-N-0249-000.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: Roseburg VA Medical Center;913 NW Garden Valley Blvd;Roseburg, OR
Zip Code: 97470
 
Record
SN04456987-W 20170405/170403234358-572a3f06fd046e8ace55b31328a7b12d (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.