SOURCES SOUGHT
B -- Dialysis Water Testing (VA-22-00039101)
- Notice Date
- 3/24/2022 10:25:53 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24222Q0531
- Response Due
- 4/1/2022 1:00:00 PM
- Archive Date
- 05/01/2022
- Point of Contact
- Leia LaBruna, Contract Specialist, Phone: (716) 862-7461 ext. 21471
- E-Mail Address
-
leia.labruna@va.gov
(leia.labruna@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by Network Contracting Office 2 (NCO 2) for the purpose of collecting information on Dialysis water testing services for the James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468.The VA is seeking to provide for this requirement as of 05/09/2022 to establish a new service. The NAICS code identified for this requirement is 541380 Testing Laboratories. The requirement is detailed in the Statement of Work section of this document. (e) Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to leia.labruna@va.gov and joseph.cellino@va.gov by Friday, April 1, 2022 at 4:00PM EST. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service-Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the package, this may result in the contractor not being considered in the Government s Procurement Strategy. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. STATEMENT OF WORK DIALYSIS WATER TESTING BACKGROUND: The Department of Veterans Affairs, James J. Peters is currently seeking for a 12-month plus four option year services for dialysis water testing for 44 Hemodialysis (HD) machines, 2 Central Reverse Osmosis (RO) Units and 7 Portable Reverse Osmosis Units located at the James J. Peters VA Medical Center in Bronx NY. The James J. Peters VA Medical Center uses water testing to ensure that the local water being used by the Renal Dialysis to treat patients is safe to use in procedures. The clinic follows established guidelines (clinical/AAMI standard 23500-2011) for testing water on a monthly basis. This service is vital and must continue to receive testing of water for patient s treatment and overall health. The VA is required to monitor water and dialysate used in the Renal Dialysis section. The purpose of this testing is to avoid potential contamination of the water system which could result in the infection of patients on dialysis. The water system is specialized, but it is used in the dialysis machines which access patient s circularity system in order to accomplish the dialysis. A contamination of the water system would be catastrophic to the patients. The following is a requirement of the Joint Commission: AAMI (Association for the Advancement of Medical Instrumentation) RD-52 states that dialysis be tested for bacteria and endotoxin monthly. This includes toxic chemicals and dialysis fluid electrolytes. The level of bacteria and endotoxin (LAL) that should be met is the same as that of the water system. Contractor will be provided with water culture specimen for testing. SCOPE OF WORK: Contractor shall be a certified laboratory technician with skills and experience capable of providing bacterial assays of dialysis water in accordance with AAMI standards. Contractor shall provide all materials and equipment necessary to perform water testing services to monitor the quality of water used for dialysis. Contractor shall also in a monthly basis, provide sample collection (containers) for water samples (to be kept cool for testing) and shipping (labels/boxes) to and from the laboratory facility through United Parcel Service (UPS). Yearly quantities and testing are as follows: Quantity: 204 Dialysis HPC (Heterotrophic Plate Count) (testing for these machines, 2 Central RO water treatment, 1 Loop end, 7 Portable RO, 4 Tablo, 2 Mix tanks and 8 Hemodialysis (HD)machines. Quantity: 188 Dialysis Dialysate LAL (Endotoxin) (testing for these machines, 2 Central RO water treatment, 1 Loop end, 7 Portable RO, 4 Tablo, 2 Mix tanks and 8 Hemodialysis (HD)machines. The quantities for AAMI testing of dialysis water are as follows: Annually: Quantity: 7 Annual AAMI standards (testing for 7 Portable RO machines) REQUIREMENTS: Contractor shall ensure total viable bacterial count and endotoxin concentration is tested monthly for dialysis machines and Reverse Osmosis system. The number of tests varies every month. 1. The service will include the Contractor providing laboratory testing to monitor water and dialysate in accordance with the Association for the Advancement of Medical Instrumentation (AAMI) recommendations and industry accepted procedures applicable to such laboratory services and pursuant to manufacturer standards. 2. VA personnel will take samples of the water and dialysate periodically during the month and will refrigerate the samples immediately. 3. Multiple samples may be taken at one time which will constitute a batch. Batch size may vary from month to month. 4. The Contractor will conduct LAL Kinetic Turbidimetric tests on samples provided by the Renal Dialysis department to determine the levels of endotoxins present. Approximately twenty (20) samples per month requiring testing to ensure the integrity of the osmotic water system. 5. The Contractor will conduct Microbial tests on the samples to determine Bacterial and Pyrogen levels present. This test is performed for the Renal Dialysis section with approximately twenty (20) samples per month requiring testing. 6. When a positive test is encountered, the Contractor shall contact the VA point of contact immediately via phone or e-mail so that mitigation measures can be enacted in a timely manner and a STAT sample can be taken and delivered to the Contractor for immediate re-test for confirmation of the positive test result. 7. Normal test results shall be reported to the VA within 5 days and 48 hours when expedited. Contractor shall demonstrate that it is a firm regularly engaged in the field of water testing for dialysis. GOVERNMENT RESPONSIBILITIES: 1. VA personnel shall take samples of the water and dialysate periodically throughout the month and shall refrigerate the samples immediately. 2. VA personnel shall be responsible for shipping/sending the samples to the laboratory. REPORTS: The testing lab will perform the required test and provide a written and certified electronic copy of the results to the Point of Contact via e-mail within 5-days of obtaining test results. Contractor shall provide an electronic copy of reports of all tests to: Department of Veterans Affairs CP -Renal Department Attn: Rosemarie Magdangal E-mail: Rosemarie.Madangal@va.gov James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468-3904 PERIOD OF PERFORMANCE: The period of performance for this service will be for one (1) year plus four option years from the date of award of contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/947140a6394042bf9691c1ae75e58346/view)
- Place of Performance
- Address: James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx 10486
- Zip Code: 10486
- Zip Code: 10486
- Record
- SN06278811-F 20220326/220324230113 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |