F103--Legionella Water Testing - Base Plus 4 Option Yrs
ID: 36C25724Q1008Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)ARLINGTON, TX, 76006, USA

NAICS

Environmental Consulting Services (541620)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking a contractor to conduct Legionella water testing services for the South Texas Veterans Health Care System, with a contract period starting November 1, 2024, and extending through October 31, 2025, including four optional one-year extensions. The contractor will be responsible for the quarterly collection and analysis of water samples at designated facilities in San Antonio and Kerrville, ensuring compliance with federal and state regulations as outlined in the Statement of Work. This procurement is critical for maintaining health and safety standards in veteran healthcare facilities by monitoring and managing water quality risks associated with Legionella. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by October 4, 2024, at noon Central Time, and can contact Contract Specialist Anitra Carter at anitra.carter@va.gov or (254) 778-4811 ext. 46425 for further information.

    Point(s) of Contact
    Anitra CarterContract Specialist
    (254)778-4811 ext. 46425
    anitra.carter@va.gov
    Files
    Title
    Posted
    The document outlines a solicitation from the Department of Veterans Affairs for a contractor to conduct Legionella water testing over a base period with four additional option years. The contractor will be responsible for collecting and analyzing water samples at specified locations, ensuring compliance with federal and state regulations as outlined in the Statement of Work (SOW). The services required include personnel, transportation, equipment, sample analysis, and reporting, all at their expense. The contracting opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Additional relevant wage determination documents are attached for the contractor's reference. The response deadline for bids is set for October 4, 2024, at noon Central Time, with a contracting office based in San Antonio, Texas. This solicitation reflects the government's ongoing commitment to health and safety by monitoring and managing water quality risks associated with Legionella.
    The document details a solicitation for a contract to conduct Legionella water testing services for the South Texas Veterans Health Care System, specifically targeting facilities in San Antonio and Kerrville. The contractor will be responsible for quarterly collection and analysis of water samples at designated locations, adhering to federal and state regulations. The contract spans from November 1, 2024, to October 31, 2025, with four one-year options for extension. Key aspects include the collection of Legionella samples, necessary contractor qualifications, operational requirements, and adherence to specific health and safety protocols. Emphasis is placed on using accredited laboratories for analysis and maintaining a management database for sample results. Regular reporting of findings is mandatory, with detailed requirements for invoices and documentation outlined. The overall goal is to ensure compliance with health standards, mitigate risks associated with Legionella, and maintain high operational standards across the healthcare facilities involved. The solicitation reflects the federal government's commitment to safety and quality in veteran healthcare services while supporting small business participation through set-asides.
    The document outlines Wage Determination No. 2015-5253, under the Service Contract Act, regulated by the U.S. Department of Labor. It specifies the minimum wage rates applicable to contracts in Texas for various occupations, requiring compliance with Executive Orders 14026 and 13658. For contracts starting or renewed after January 30, 2022, workers must be paid at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. A comprehensive list of occupations and corresponding wage rates, which are subject to annual adjustments, are provided along with details on fringe benefits, including health and welfare benefits, vacation, and holidays. Additionally, it notes requirements under Executive Order 13706 regarding paid sick leave entitlements for employees. The document serves to ensure fair wages and working conditions for service employees working on federal contracts, emphasizing contractor obligations and employee rights, thereby promoting compliance within the frameworks of federal grants and contracts.
    This document provides a comprehensive wage determination under the Service Contract Act (SCA), specifically Wage Determination No. 2015-5293 for Texas counties of Gillespie and Kerr. It outlines wage rates and fringe benefits for various occupations, establishing minimum pay rates for federal contracts based on Executive Orders 14026 and 13658. Contractors must pay a minimum of $17.20 per hour for new contracts entered after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. Additionally, the document details benefits like health and welfare pay, vacation, and holiday entitlements for workers. It specifies compliance requirements, including sick leave provisions under Executive Order 13706. The file also emphasizes the process for conforming new job classifications and rates not listed in the determination. This wage determination is critical for federal contractors to ensure equitable pay and benefits, enhancing worker rights and protections in contract-based employment contexts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H146--Amend 0001 - Q&A, revised Price/Cost Schedule | CTX Water Quality Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for water quality monitoring services across multiple locations within the Central Texas Veterans Health Care System, including Waco, Austin, and Temple. The contractor will be responsible for conducting water sample collection and analysis for various parameters, including bacteria and Legionella, while ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, spans one base year with four optional renewal years, emphasizing the importance of maintaining water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, at 12 PM Central Time, and can direct inquiries to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    F103--Legionella Testing Services- Base Year Only
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella testing services for a base year contract. The objective of this procurement is to ensure compliance with health and safety standards by testing water quality to prevent Legionella outbreaks in VA facilities. Legionella testing is critical for maintaining safe water systems, particularly in healthcare environments where vulnerable populations are present. Interested parties should contact Contract Specialist James E. Postell at James.Postell@va.gov for further details regarding the solicitation process.
    H146--Legionella/SPS Water Surveillance Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Legionella/SPS Water Surveillance Testing services at the Spokane VA Medical Center. The contractor will be responsible for providing all necessary personnel, equipment, and resources to collect and ship water samples to a CDC Elite certified laboratory for analysis, adhering to all relevant regulations. This contract is crucial for ensuring the safety and quality of water systems within VA facilities, reflecting the commitment to veterans' healthcare and environmental health monitoring. The total potential award amount is approximately $19 million, with a contract period starting September 27, 2024, and extending for up to four additional years. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for water system testing and maintenance services, specifically hyperchlorination, at the Pittsburgh VA Medical Center. The procurement aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract under the Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside category, with services including annual and emergency hyperchlorination events to ensure compliance with health standards and prevent Legionella disease. Interested contractors must register with the System for Award Management (SAM) and submit their quotations by 10:00 AM (EST) on September 24, 2024, with a contract value ranging from a minimum of $5,000 to a maximum of $325,000 over the contract period. For further inquiries, vendors can contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    H146-- Lab Testing Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to issue a sole-source contract to AmeriWater LLC for lab testing services, specifically focusing on contaminant, endotoxin, and microbial/bacterial testing, which are critical to the VA's operational requirements. This contract will span one base year with four option years, running from November 1, 2024, to October 31, 2029, and is being procured under the authority of 41 U.S.C. 253(c)(1) and FAR 6.302-1, designating AmeriWater LLC as the only responsible source due to the specialized nature of the services required. Interested parties are invited to submit a capabilities statement by October 3, 2024, at 8:00 AM CST to the VA's Contract Specialist, Marcus Sidney, via email at marcus.sidney@va.gov, with the understanding that registration with the System for Award Management (SAM) is mandatory for eligibility in government contracts.
    H946--Water Purification System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for a Water Purification System and Testing through Solicitation Number 36C24825Q0009. The procurement aims to secure commercial water purification systems and associated testing services for various VA Health locations in Florida, ensuring compliance with federal and industry standards. This initiative is crucial for maintaining high water quality standards necessary for the Sterile Processing Service, reflecting the VA's commitment to providing safe and reliable water for veterans. Proposals are due by September 27, 2024, and interested parties should direct inquiries to Contracting Officer John H. Shultzaberger at John.Shultzaberger@va.gov or by phone at 352-214-5135.
    Z2DA-- 671-22-118 CON Replace Cast Iron Dr 2nd & 3rd FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for a construction project to replace the cast iron drain lines on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project requires contractors to provide all necessary labor, materials, and equipment to upgrade the existing plumbing system, including the installation of new joints and connectors, while adhering to environmental regulations and local building codes. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $1 million and $5 million. Interested contractors should note that a site visit will be scheduled prior to the solicitation release, anticipated around September 30, 2024, and can contact Bobby Reveles at jose.reveles@va.gov for further information.
    H945--DA Tank Magnetic Particle Testing
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the DA Tank Magnetic Particle Testing project at the Battle Creek VA Medical Center. This procurement requires the contractor to perform cleaning, inspection, and testing of the deaerator tank in compliance with VA regulations, which necessitate third-party inspections every six years. The contract is specifically set aside for veteran-owned small businesses (VOSB) and mandates the use of certified technicians for non-destructive testing methods, including wet magnetic particle and ultrasonic testing, while adhering to strict scheduling and safety protocols. The total award amount for this solicitation is approximately $19 million, with offers due by September 23, 2024. Interested parties can contact Contract Specialist Margaret R Thompson at margaret.thompson@va.gov for further information.
    Q301--New Long-Term | Follow-On | Reference Lab Testing | POP: 8/15/2024 - 8/14/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) seeks bids for a five-year contract, beginning August 15th, 2024, for reference laboratory testing services at the VA Portland Healthcare System, with potential additional sites in Oregon and Southwest Washington. The VA requires an experienced entity to perform a comprehensive range of clinical laboratory tests, encompassing chemistry, hematology, microbiology, and pathology. The successful awardee will have the capacity to handle both routine and specialized tests, ensuring efficient and accurate results. This service-disabled veteran-owned small business (SDVOSB) set-aside contract has the potential for a six-month extension and encourages SDVOSBCs to apply. Interested parties should take note of the solicitation number, 36C26024Q0793, and ensure their responses are submitted by the specified deadline to be considered.
    J065--STX - PM for Primus Sterilizer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide preventive maintenance services for the Primus PSS5-B Sterilizer Model 18150 at the South Texas Veterans Affairs Medical Center in San Antonio, Texas. The contract, valued at $12.5 million, will commence on October 15, 2024, and includes a base year with four optional years, emphasizing the need for biannual inspections, emergency service capabilities, and compliance with health regulations. This procurement is critical for ensuring the reliable operation of sterilization equipment essential for healthcare services provided to veterans. Interested small businesses must submit their proposals by September 24, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Jesus Casiano at jesus.casiano@va.gov or (210) 617-5377 x 19262 for further information.