Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2023 SAM #8013
SOURCES SOUGHT

Q -- SPECIAL - Legionella Testing Fort Meade VAMC

Notice Date
11/3/2023 8:47:39 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26324Q0117
 
Response Due
11/9/2023 10:00:00 AM
 
Archive Date
01/08/2024
 
Point of Contact
Robert Bennett, Contract Specialist, Phone: 319-339-7079
 
E-Mail Address
robert.bennett8@va.gov
(robert.bennett8@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Statement of Work Fort Meade VA Medical Center Legionella Testing Service line: Dental OBJECTIVES: The purpose of this contract is to procure services for collecting and analyzing water samples for Legionella in accordance with VHA Directive 1061(1) Prevention of Health Care-Associated Legionella Disease and Scald Injury from Water Systems, February 16, 2021 (Amended: September 26, 2022) and for collecting and analyzing dental waterline samples to verify compliance with Infection Control Standards for VA Dental Clinics, 21 October 2013, and EPA Safe Drinking Water Act regulations in Dental Offices located in the Black Hills VA Health Care System. A summary of expected sample collection and analysis activities is attached. SCHEDULE OF SUPPLIES: Legionella Sampling Requirements: General Procedures for Legionella Sampling: The contractor shall furnish all personnel, supervision, equipment, supplies, facilities, certifications, transportation, and resources necessary to perform Legionella water testing. The contractor must furnish all sample collection equipment. Containers must be sterile, appropriate for the analysis, properly preserved, and promptly transported to the laboratory under strict chain of custody procedures. The contractor shall collect and analyze water samples from distal points (sinks and showers) and ice or water from ice machines on Black Hills VA Health Care System campuses included in the contract. Specific distal point locations for sampling will be determined by the COR and/or the Health Care System Point of Contact. The numbers and types of samples to be collected and analyzed are specified in Attachment D. Testing of the building s hot and cold-water distribution system(s) for L. pneumophila must be performed quarterly (once per Federal Fiscal Year quarter, plus or minus 10 calendar days from the date of the last performance of regular quarterly service). Extensions may be granted for unforeseen conditions and for other factors outside of the contractor s control. Water samples must be taken from outlets on the hot water distribution system and outlets on the cold-water distribution system from each building for each quarterly testing cycle. NOTE: Outlets are the points in the water distribution system where the end user comes in contact with the water (e.g., faucet, showers, and ice machines). Water samples will be taken at first draw to catch the water that comes out immediately from the outlet and will be at least 250 ml. At the time each water sample is taken, test (measure) and document the following for each sample: water temperature after it reaches a stable temperature, level of residual biocide (based on type of biocide), and pH. This documentation needs to be provided with the analysis results. Non-routine sampling (outside of the quarterly sampling) may be conducted as needed. The Black Hills VA Health Care System is allowed non-routine samples numbering up to 10% of the total samples taken from each health care system annually. If sampling over this amount is needed by healthcare systems, the contractor will provide a fixed price for the sampling equipment and analysis and for the collection of samples for each healthcare system. The cost of this sampling will be added to the overall price of the contract. Additional sampling will be conducted upon approval by the Contracting Officer. For non-routine or post remediation sampling, the contractor must be able to provide sample containers within 24 hours of being notified of the need to sample. Samples of at least 1000 ml may be required. Water samples will be taken at first draw to catch the water that comes out immediately from the outlet. Swab sampling may be conducted along with the water sampling for non-routine sampling. Swab sampling will be done in accordance with VHA direction and in accordance with direction from the laboratory where the samples will be analyzed. The specific sampling location and type of sample (e.g. hot water or cold water) will be specified by COR and/or Health Care System Point of Contact. Specific distal points sampled will vary per quarter, so communication with the Health Care System Point of Contact will be required before the round of sampling each quarter or before non-routine sampling in order to ensure that the contractor knows the locations of sampling. Sample Collection, Storage, and Transferring of Analysis: Samples will be collected, stored, and transferred as directed by the COR or by the laboratory. For routine sampling, water samples need to be at 250 ml. For non-routine sampling, water samples are typically 250 ml however 1000 ml may be required. Water samples will be taken at first draw to catch the water that comes out immediately from the outlet. Each water sample will be collected in a sterile, unused, HDPE or HDPP plastic leak-proof container provided by the testing laboratory. The following parameters will be measured and logged with each water sample is collected: water temperature upon reaching a stable temperature, level of residual biocide, and pH. Samples will be stored and transferred for analysis in a manner that will maintain the integrity of the samples. Samples will be secured to prevent cross-contamination. Samples need to arrive at the testing laboratory within the time frame defined by the ELITE laboratory. Sample Analysis and Reporting: The testing laboratory processing the water samples for Legionella must be certified by the Centers for Disease Control (CDC) and ELITE program as proficient at performing the culture of Legionella from environmental samples. The limit of detection must be 500 cfu/ml. The laboratory will provide all sample analysis reports via e-mail to the COR and the Health Care System Point of Contact within 10 calendar days of receiving the sample. If the 10th day falls on a weekend or federally observed holiday, the reports shall be provided no later than the next normal business day. Notification of any positive sampling results will be made within two working days of making this determination Analytical reports shall include a signed copy of the chain of custody, identification of sampling locations, method detection limits, and a description of test methodology. The testing laboratory shall have qualified technical support staff for consultation relative to water sample collection, testing, and interpretation of results. HOURS OF OPERATION: The Contractor will conduct work on-site during normal business hours. The Contractor shall coordinate with the COR and/or the POC to determine when work can be performed. The contractor will not perform services on-site on the following holidays (as applicable): 1. New Year s Day 2. Labor Day 3. Martin Luther King Jr. s Birthday 4. Columbus Day 5. President s Day 6. Veteran s Day 7. Memorial Day 8. Thanksgiving Day 9. Independence Day 10. Christmas Day 11. Juneteenth Day SECURITY REQUIREMENTS: The Contractor will be responsible for ensuring compliance by its employees with all VA procedures governing building access and security. Contractor personnel will be always escorted by VHA BHHCS personnel. The COR will assist Contractor personnel in obtaining requisite identification badges as required by the facility to enter the facilities and collect samples. This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Contractor staff is required to conform to VHA s security and privacy requirements as described below: The Contractor will be responsible for ensuring compliance by its employees with the security regulations of VA, VHA and other Government installations or Contractor facilities where work is performed under this Contract. This includes the safekeeping and display of a Government-provided photo ID badge for employees of the Contractor and any subcontractors while these employees are on VHA property. The Contractor will ensure the security of all VHA property, building ID badges, key cards, and standard keys issued to Contractor staff. For employees leaving the project permanently or for an extended period of time, the Contractor will return all badges, property, key cards, parking placards, and keys, etc. the same day the employees leave the project. The C & A requirements do not apply, and a Security Accreditation Package is not required. EMPLOYEES Contractor employees shall always present a professional appearance and their conduct shall not reflect discredit upon the United States and or the VA/VHA. The Government may, at its sole discretion, direct the contractor to remove any contractor employee from U.S. VA/VHA facilities for misconduct or for security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. The Contracting Officer will provide the contractor with a written explanation to support any request to remove an employee. The Contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. SUBCONTRACTS No portion of the work shall be subcontracted without prior written consent of the Contracting Officer. If the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish the Contracting Officer with the names, qualifications, and experience of their proposed subcontractor(s). The Contractor shall, however, remain fully liable and responsible for the work to be done by his subcontractor(s) and shall assure compliance with all requirements of the contract. CONTRACTING PERFORMANCE MONITORING The Black Hills Health Care System Water Safety Engineer will be appointed the Contracting Officer s Technical Representative (COR) upon award of this contract. The COR for this contract is: Matthew Braun, Water Safety Engineer Black Hills Health Care System Hot Springs VAMC, SD 500 North 5th Street, Bldg. 14 Hot Springs, SD 57747 Phone: 605 745-2000 x2541 E-mail: matthew.braun@va.gov The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: Assure that the Contractor performs the technical requirements of the contract. Perform inspections necessary in connection with the contract performance. Maintain written and oral communications with the Contractor concerning technical aspects of the contract . Issues written interpretations of technical requirements, including government drawings, designs, specifications. Monitors Contractor s performance and notifies both the Contracting Officer and Contractor of any deficiencies. Coordinates availability of government furnished property and coordinates site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially about changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Contractor and VAMC staff will meet at the request of the COR to evaluate overall effectiveness of the contract, resolve problems, and improve adherence to policies and procedures if necessary. At least annually, a review will be conducted to evaluate the contract s success in meeting all the contract requirements. Non-compliance issues will be forwarded immediately to the CO. The contractor will be monitored through a variety of mechanisms. At a minimum, the following will be reviewed: Program requirements Deliverables meet the established time frames/deadlines Accuracy of analysis reports provided Assessments from Points of Contacts on the effectiveness of communication PRIVACY ACT Disclosed Information: Though there is no anticipation of information protected by the provisions of the Privacy Act of 1974 to be disclosed during the performance of this task, all personnel assigned to this Contract are required to take proper precautions to protect privacy information from disclosure in the case that such disclosures are made. Commitment to Protect Sensitive Information: The Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information: 18 U.S.C. 641 (Criminal Code: Public Money, Property or TYPE OF CONTRACT: The government anticipates award of a Firm-Fixed Price (FFP) Contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c229c47b544149269c239142644c5cc4/view)
 
Place of Performance
Address: Fort Meade VAMC 113 Comanche Road, Fort Meade, SD 57741, USA
Zip Code: 57741
Country: USA
 
Record
SN06876065-F 20231105/231103230054 (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.