Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2018 FBO #5959
SOURCES SOUGHT

H -- Water Sample Testing for Legionella

Notice Date
3/16/2018
 
Notice Type
Synopsis
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9121
 
Response Due
3/26/2018
 
Archive Date
4/25/2018
 
Point of Contact
(718) 526-1000 ext 7524
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Responses to this notice must be submitted in writing via email and must be received not later than Monday, March 26, 2018, 4:00pm EST. No telephone inquiries will be accepted. 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, HUB Zone, 8(a), small business or large business). Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Monday, March 26, 2018, 4:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted. STATEMENT OF WORK (SOW) Requirement: 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. Procedures: 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 Sampling Frequency Number of Samples (per quarter) Northport Campus: routine testing (legionella culture)* per CDC protocols Quarterly 240 (240 samples per quarter x 4 quarters = 960 total samples) Non-routine testing (legionella culture)* per CDC protocols As Specified by COR Non-routine testing (legionella pneumophila serotyping or non-pneumophilia legionella identification)** per CDC protocols As Specified by COR * 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. 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. 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. 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. 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. 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. 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. 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). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAR-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9121/listing.html)
 
Record
SN04857471-F 20180318/180316230945 (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.