Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2023 SAM #7718
SOLICITATION NOTICE

F -- Philadelphia Water Testing

Notice Date
1/12/2023 8:03:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0181
 
Response Due
1/19/2023 7:00:00 AM
 
Archive Date
02/18/2023
 
Point of Contact
Lakeisiha Davenport, Contract Specialist, Phone: 412 822 3777
 
E-Mail Address
Lakeisiha.Davenport@va.gov
(Lakeisiha.Davenport@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Solicitation 0001 is issued to answer contractor questions. All other terms and conditions remain unchanged to include the deadline for questions. Questions Regarding Solicitation 36C24423Q0181 Solicitation states it is being competed as a Total Small Set-Aside. This work should be competed as a SDVOSB as there are at least 2 SDVOSBs who can do this work. There is no requirement for a qualified SDVSOB to be located in a specific geographical area. Will government change this requirement to SDVSOB Set-aside? No Several postings at SAM.gov, to include requests for information and actual solicitations issued with veteran owned business set-asides. Data gathered through actual postings of this requirement do not support a reasonable expectation that two or more veteran owned small business concerns will submit offers. his solicitation does include VAAR 852.215-70 and 852.215-71 which takes into consideration socioeconomic factors in accordance with the clauses and provisions of the solicitation. Section 5.2.1: The ELITE Laboratories must also be able to determine if the Legionella detected in environmental samples is the species Legionella pneumophila serogroup 1-14 (and differentiate between them), and non-pneumophila species). Level Heterotrophic Plate Count1 Process Triggered by Test Results <10,000 CFU/ml Maintain water chemistry and biocide levels per the Cooling Tower Management Plan. Would the government consider changing the requirement to distinguish between all Legionella pneumophila serogroups to being able to distinguish between serogroup 1 and serogroups 2-14 as the remediation of Legionella does not depend on what serogroup is detected and for a HCA LD investigation, the identification would be done on a molecular level. Same question for non-pneumophila species. Serotyping and speciation are very expensive. No 10,000 CFU/ml to <100,000 CFU/ml Within 8 hours, increase the biocide concentration and/or chemical treatment to mitigate the issue. Magnitude of increase in level and duration must be documented with basis of review and decision. Review treatment program and facility plan and revise as required; retest water within 3-7 days. Continue retesting and interpret in accordance with this Table until level 1 is reached. Section 3.5.1.2.10: VHA Engineering Standard Level (1-3). Will the government define these levels so we can ensure the methods being priced will adhere to this requirement? 100,000 CFU/ml Within 8 hours, increase the biocide concentration and/or chemical treatment to mitigate the issue. Magnitude of increase in level and duration must be documented with basis of review and decision. Within one week, perform remediation of the cooling tower by removing cooling tower from service, hyperhalogenating2, cleaning, and flushing. Review treatment program and facility plan and revise as required; retest water within 3-7 days. Continue retesting and interpret in accordance with this Table until level 1 is reached. 1. Performed by an appropriately accredited Laboratory (e.g. NELAP, AALA) 2. At a minimum, dose the cooling water system with 5 to 10 ppm Free Halogen Residual for at least 1 hour; pH 7.0 to 7.6. Section 3.5.1.4.1.11: Compliance indicate if each test meets standards and 3.5.1.5.2 Compliance indicate if each test meets standards. Will the government provide these standards so we can ensure the methods being priced will adhere to this requirement? SPS standards are AAMI TIR34 (critical water standards) Backflow preventers standards are AAMI TIR34 (utility water standards) 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICESNOV 2021 States that a signed offer/quote needs to be submitted if there is no SF 1449. Do vendors need to submit a signed letter in Section 1 Administrative/Regulatory volume? 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the small business size standard for a concern that submits an offer, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4bab96a0a75640beadd7516cb53725a1/view)
 
Place of Performance
Address: Department of Veterans Affairs Philadelphia VAMC 3900 Woodlawn Avenue, Philadelphia 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN06562709-F 20230114/230112230107 (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 |
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.