F103--Sources Sought | Water Sampling for VA Palo Alto Health Care System | *Total Small Business set-aside
ID: 36C26125Q0308Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking small businesses to provide water sampling services for the VA Palo Alto Health Care System, specifically focusing on Legionella testing and compliance with health standards. The contract, which will commence on May 1, 2025, and run through April 30, 2026, requires contractors to perform quarterly water sampling and testing of cooling tower water, adhering to VHA Directive 1061 and maintaining rigorous reporting and data management protocols. This initiative is crucial for ensuring the health and safety of the facilities, with contractors expected to have relevant certifications and experience in microbial testing. Interested parties must respond to the Sources Sought Notice by February 20, 2025, and can contact Contract Specialist John Da Silva at John.Dasilva@VA.gov or 925-372-2000 for further information.

    Point(s) of Contact
    JOHN DA SILVAContract Specialist
    (925) 372-2000
    John.Dasilva@VA.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a Sources Sought Notice for water sampling services at the VA Palo Alto Health Care System, specifically targeting small businesses. The announcement, identified by solicitation number 36C26125Q0308, seeks to gauge interest and capability in providing Legionella disease and scald injury prevention compliant sampling and testing for cooling tower water. Interested parties must respond by February 20, 2025. Key details include that the services must align with the NAICS Code 541620 for environmental consulting, with a size standard of $19 million. Prospective offerors are required to be registered in the System for Award Management (SAM) and submit information regarding their business size, socio-economic status, and relevant experience. This request serves to help the government in its procurement strategy but does not imply any obligation for a contract award. All responses will be kept confidential and used solely for internal decision-making processes.
    The Performance Work Statement (PWS) outlines the requirements for Legionella testing of potable water and cooling towers at the Veteran’s Affairs Palo Alto Health Care System (VAPAHCS). The contract, starting May 1, 2025, and running through April 30, 2026, involves comprehensive management and sampling services in compliance with VHA Directive 1061. Contractors are tasked with quarterly water sampling from specified sites, along with testing of cooling tower water, while adhering to stringent reporting and data management protocols. Key responsibilities include collecting and analyzing a predetermined number of water samples, maintaining a documented chain of custody, and ensuring timely laboratory testing. Contractors must have relevant certifications, experience in microbial testing, and comply with all safety regulations, including identification and background checks for personnel. The PWS emphasizes the importance of prompt communication of results, particularly in cases of detectable Legionella, and concludes with detailed appendices listing sampling locations for both water and cooling towers, reflecting the government's commitment to health and safety standards. This initiative is a vital component of maintaining the health standards of the VAPAHCS facilities.
    Similar Opportunities
    H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties should direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov, with key deadlines for questions extended to February 24, 2025.
    H246--VACHS Critical Water Testing New Requirements 2025
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Critical Water Testing and Monitoring Program at the Veterans Affairs Connecticut Healthcare System (VACHS), specifically for the West Haven and Newington facilities. The procurement aims to establish a comprehensive water testing program that adheres to the updated AAMI ST-108-2023 standards, requiring monthly sampling at critical locations to ensure the safety and efficacy of sterile medical processes. This initiative underscores the importance of rigorous water quality management in healthcare settings, particularly in sterile processing services. Interested Veteran-Owned Small Businesses (VOSBs) must submit their quotations by February 21, 2025, and can direct inquiries to Contract Specialist Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    H946--LOUISVILLE VAMC WATER SAFETY PROGRAM
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract to Phigenics LLC for the maintenance of a Water Safety Management Program at the Robley Rex Veterans Affairs Medical Center in Louisville, Kentucky. This program aims to enhance water safety management to prevent Legionella contamination through ongoing monitoring, water quality testing, and compliance with Veterans Health Administration standards, including annual audits and quarterly testing. The initiative is critical for safeguarding the health of patients, staff, and visitors by ensuring reliable water quality management focused on infection prevention. Interested parties are invited to submit capability statements to Contract Specialist Elyse "Nicole" McVey via email at Elyse.McVey@va.gov by the specified deadline, with the contract expected to be awarded by May 1, 2025.
    Q301--36C26125Q0190 | Reference Lab Testing Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive Reference Laboratory Testing Services for the Sacramento VA Medical Center. The procurement aims to secure a contractor responsible for specimen preparation, transportation, analytical testing, and reporting results, while ensuring compliance with regulatory standards and maintaining a valid chain of custody for clinical specimens. This opportunity is particularly significant as it supports the VA's commitment to delivering high-quality healthcare services to veterans, with a contract period spanning from April 2025 to March 2029. Interested small businesses, especially Service-Disabled Veteran-Owned and Veteran-Owned entities, must submit their responses, including capability statements and relevant certifications, by February 24, 2025. For further inquiries, potential contractors can contact LaDonna Collins at ladonna.collins@va.gov.
    J046--Sources Sought Notice - VA Loma Linda Healthcare System - Deionized Water and Reverse Osmosis Systems - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for a five-year contract opportunity to install and maintain deionized water and reverse osmosis systems at the VA Loma Linda Healthcare System. The procurement aims to identify capable Service Disabled Veteran Owned Small Businesses and other small businesses that can provide preventive maintenance, emergency repair services, and manage maintenance logs for existing water systems, ensuring timely replacements and 24/7 emergency services with a maximum four-hour response time. This initiative underscores the importance of maintaining critical water purification systems within healthcare facilities, emphasizing the government's commitment to engaging small businesses, particularly those owned by veterans. Interested vendors must submit their qualifications, including a capability statement, and register with the System for Award Management (SAM) to be considered, with inquiries directed to Contracting Specialist Koby Thiel at koby.thiel@va.gov or (520)-792-1450 Ext 1-6273.
    H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST Answers to Solicitation Questions
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a contract focused on wastewater sampling and analysis, specifically targeting Chemical Oxygen Demand (COD) testing. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to secure essential laboratory services that comply with federal contracting regulations. The contract will be performed at the Tibor Rubin VA Medical Center in Long Beach, California, with an estimated cost of $6,960.00 for FY2024. Interested parties must submit their responses by February 26, 2025, at 2:00 PM Pacific Time, and can reach out to Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center, with a focus on ensuring compliance with health and safety standards. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing for Legionella and heterotrophic plate counts, with a contract duration starting from March 21, 2025, to March 20, 2026, and four optional extension years. This procurement is critical for maintaining the operational integrity of the medical facility, with a total award amount of $41 million reflecting the project's significance. Interested parties should contact Contract Specialist Michael Barton at Michael.barton@va.gov for further details.
    Z1PZ--Clean/Inspect Water Tower & Ground Storage Tank
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the cleaning and inspection of a water tower and ground storage tank at the Amarillo VA Health Care System. The contractor will be responsible for providing all necessary equipment, labor, and documentation, including sediment removal and annual inspections as required by the Texas Commission on Environmental Quality (TCEQ). This procurement is significant for maintaining the facility's water infrastructure and ensuring compliance with health and safety regulations. Proposals are due by February 27, 2025, at 4 PM CST, and interested parties can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or by phone at 254-899-6034 for further information. The estimated project value is approximately $16.5 million, and the contract is set aside for small businesses.
    6640--FY25 Q3 Micro Molecular Testing (VA-25-00029953)
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the procurement of Micro Molecular Testing supplies for the West Palm Beach VA Hospital, under Solicitation No. 36C24825Q0395. The procurement includes various laboratory items and equipment, such as testing kits and the leasing of laboratory instruments, with a requirement for vendors to be Authorized Distributors and provide proof of their status. This initiative is part of the VA's commitment to enhancing its laboratory capabilities to effectively serve veterans. Interested vendors must submit their quotations via email by March 12, 2025, at 2:00 PM Eastern Time, and are encouraged to stay updated on any changes to the solicitation through the Beta-Sam website. For further inquiries, vendors can contact Contract Officer David Henry at David.Henry3@va.gov or by phone at 561-631-3352.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for Industrial Hygiene Services, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract, valued at approximately $19 million, will cover an initial period of one year starting March 1, 2025, with the option for four additional one-year extensions, focusing on analytical and technical consulting related to indoor air quality, asbestos, lead, and mold assessments. This initiative underscores the VA's commitment to enhancing environmental health and safety while promoting veteran-owned businesses in federal contracting. Interested contractors should reach out to Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further details.