H146--AT RISK | Water System Testing and Maintenance | Water Management Program Services | (VA-24-00094196)
ID: 36C24424Q0973Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

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

    The Department of Veterans Affairs is soliciting bids for a Comprehensive Water Management Program at the Pittsburgh VA Medical Center, designated under solicitation number 36C24424Q0973. This procurement seeks quotes from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a five-year, firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract, focusing on compliance with federal, state, and local regulations regarding water system testing and maintenance. The initiative is critical for ensuring water safety and quality in healthcare settings, particularly for the Sterile Processing Service, which is essential for patient care and operational standards. Interested contractors must submit their proposals electronically by September 9, 2024, and can direct inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.

    Point(s) of Contact
    Edward FerkelContracting Officer
    edward.ferkel@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting bids for a five-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a Comprehensive Water Management Program at the Pittsburgh VA Medical Center. This Combined Synopsis/Solicitation Notice (Solicitation number 36C24424Q0973) requests quotes for commercial services in compliance with FAR guidelines. The project falls under the NAICS code 541380 and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must provide pricing and adhere to federal, state, and local regulations. The anticipated contract start date is September 16, 2024, with work expected to be completed by September 15, 2029. Offerors are required to register with the System for Award Management (SAM) prior to contract award. Detailed requirements, including a Statement of Work and a price schedule, are provided in the attached documents. This procurement represents the VA's ongoing commitment to ensure water management services are effectively and safely maintained within its facilities.
    The document outlines an amendment to a previous combined solicitation for the procurement of water system testing and maintenance services under the Department of Veterans Affairs (VA). The contract, identified by Solicitation Number 36C24424Q0973, is set to respond by September 9, 2024, and is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting address is located at the Wilkes-Barre VA Medical Center, Pennsylvania, with performance expected at the Pittsburgh VA Medical Center. Key elements include a requirement for acknowledgment of all amendments at the time of submission, alongside attached documentation pertaining to questions and answers relevant to the solicitation. The information is structured to guide potential bidders in adhering to deadlines, contact points, and compliance with federal contracting regulations, crucial in the context of government RFPs for maintaining transparency and fair competition. The focus is on ensuring proper bid submission to support comprehensive water management program services related to veteran healthcare facilities.
    The VA Pittsburgh Healthcare System (VAPHS) has issued a Request for Proposal (RFP) for the development of a Comprehensive Water Management Program (WMP) for its Sterile Processing Service (SPS). This initiative aims to align water quality with national guidelines, ensuring safety and compliance in medical device reprocessing. The contract requires the contractor to form a Water Management Team (WMT), conduct thorough assessments of the SPS water systems, and establish clear control measures to mitigate hazardous conditions. Key responsibilities include setting water safety goals, developing process flow diagrams, and ensuring rigorous monitoring and corrective actions. The contractor will also facilitate regular meetings, provide training to VAPHS staff, and utilize web-based management software to document processes. Additionally, the proposal outlines strict security and training requirements for contractor personnel, including influenza vaccination, tuberculosis testing, and privacy training. The document emphasizes the VA's commitment to comprehensive water safety in healthcare settings, highlighting the critical nature of water management in sterile environments. The successful execution of the WMP is expected to enhance operational standards and patient care safety within the facility.
    The document is a Past/Present Performance Questionnaire related to a solicitation (36C24424Q0973) for a Comprehensive Water Management Program. It outlines the process for contractors to provide identifying information and assessments of their past performance in various areas, including quality of services, timeliness, and business relations. Evaluators must provide narrative statements and adjectival ratings for each performance category—ranging from Excellent to Unsatisfactory. Specific criteria are set for each performance aspect, requiring detailed explanations for lower ratings. The form also includes questions about overall strengths and weaknesses of the contractor, as well as whether the evaluator would award another contract to the same contractor. This comprehensive performance assessment aims to ensure contractors meet the necessary standards and may influence future government contracting decisions in line with federal guidelines.
    The file outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for services related to water management at the Pittsburgh VA Medical Center. The contract spans five years, with a minimum value of $5,000 and a maximum value of $225,000, though the actual values for task orders will be confirmed at the time of award. The contractor must adhere to specific work outlined in the Statement of Work (SOW), which includes the development of a Water Management Program and quarterly monitoring and documentation of the program’s implementation. The contract is categorized under the principal NAICS code 541380, focusing on testing laboratories, and uses the Product Service Code H146 related to quality control in water purification. This document is a formal Request for Proposals (RFP) aimed at establishing guidelines for the procurement of necessary water management services, reflecting the government's intent to maintain standards for operational safety and compliance within its healthcare facilities.
    The document outlines wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor. It specifies minimum wage rates for various occupational categories within Pennsylvania's Allegheny, Armstrong, Beaver, Butler, Fayette, Washington, and Westmoreland counties. For contracts awarded or renewed after January 30, 2022, covered workers must receive no less than $17.20 per hour as per Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum is set at $12.90 under Executive Order 13658. The document includes extensive wage rates for numerous occupations, health and welfare benefits, vacation, and holiday entitlements. Moreover, it describes requirements for paid sick leave under Executive Order 13706 and the uniform allowance policy. A process for requesting classification and wage rate for unlisted job roles is also provided, ensuring compliance with regulatory standards. This wage determination serves as a guideline for federal contractors to ensure fair wages and benefits for workers engaged in government contracts, reinforcing labor standards and worker protections in the public sector.
    The document outlines a Combined Synopsis Solicitation (CSS) for a Comprehensive Water Management Program at the Pittsburgh VA Medical Center, designated as solicitation number 36C24424Q0973. It seeks quotes from Service-Disabled Veteran Owned Small Businesses (SDVOSB) for a five-year, firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with services to comply with federal, state, and local regulations. The solicitation emphasizes the need for contractors to demonstrate their qualifications in water management best practices and their capability to meet the requirements detailed in the attached Statement of Work (SOW). Key evaluation factors for quotes will include price, technical capability, and past performance, emphasizing recent work relevant to the project. Offerors must submit their proposals electronically by September 9, 2024. The document provides detailed instructions for submission, compliance certifications, and attachments, ensuring the transparency and regulatory adherence of the procurement process, vital for promoting small business participation and maintaining governmental standards for service contracts.
    The document addresses inquiries related to a solicitation for a contractor focused on the oversight and administrative aspects of a water system survey for a facility. It clarifies that no actual sampling of water is required; instead, the contractor is tasked with observing the collection process carried out by facility personnel. Furthermore, the contractor will establish a database for tracking testing results. The document also specifies that if existing equipment necessitates repair or replacement to meet AAMI ST108 standards during the survey, those responsibilities fall to the facility, not the contractor. This establishes clear boundaries regarding the contractor's duties in terms of oversight and database management, reinforcing accountability for equipment maintenance to the facility itself. The overarching purpose is to define the contractor's role in monitoring compliance rather than undertaking physical remediation tasks, aligning with the expectations of government RFPs and service contracts.
    Lifecycle
    Similar Opportunities
    H146--36C257-25-AP-0032 | BASE + 4 OPTIONS | 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, ensuring compliance with federal environmental regulations. This contract, valued at an estimated $19 million, includes a base year and four optional renewal years, emphasizing the importance of maintaining safe water quality in healthcare environments. Interested parties must submit their proposals by September 25, 2024, with inquiries directed to Contract Specialist Lorri Schoellkopf at lorri.schoellkopf@va.gov or by phone at 210-831-1852.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the VISN 04 network. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    J045--HYDRO-JETTING & CABLING SERVICES
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotations for hydro-jetting and cabling services at the Jennifer Moreno VA Medical Center in San Diego, California, under solicitation number 36C26225Q0017. The procurement aims to secure non-personal services for maintaining sewer and waste lines, with a contract period starting on October 1, 2024, and options to extend for up to four additional years, totaling an estimated award amount of $9 million specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative underscores the VA's commitment to supporting veteran-owned businesses while ensuring compliance with federal regulations throughout the procurement process. Interested vendors must submit their quotations by September 17, 2024, at 12:00 PM PST, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 13, 2024.
    J045--Hydro Jet Cleaning/Drainage for Loch Raven's campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a qualified contractor to provide hydro jet cleaning and drainage services for the Loch Raven campus located at the Veterans Medical Center in Baltimore, Maryland. The contractor will be responsible for hydro jetting drain lines in accordance with the Statement of Work outlined in the solicitation, which is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement is critical for maintaining the plumbing infrastructure at the facility, ensuring efficient waste disposal and operational functionality. Interested contractors must submit their quotations via email to Contract Specialist Charles Willis by September 23, 2024, at 2 PM EST, and must be registered and verified in the U.S. Small Business Administration's VetCert and VIP databases to be eligible for award.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    Z1DA--630-24-2-7865-0001 (630A4-17-520 Replace Pump Station and Controls (SA))
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of a pump station and controls at the VA Community Living Center in St. Albans, NY, under Project Number 630A4-17-520. The project involves replacing six existing water booster pumps and associated controls, with a focus on reusing existing piping and ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining operational capabilities at the facility while enhancing the reliability of its water systems. Bids must be submitted via email to Contract Specialist Samantha Chavanga by 10:30 AM (EST) on September 18, 2024, with the bid opening scheduled for the same day at 11:00 AM (EST). Interested contractors should also be aware of the requirement to complete a "Buy American Certificate" and adhere to subcontracting limitations as outlined by the VA.
    F108--VISN Wide Regulated Medical Waste | NCO 4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 4 (NCO 4), is seeking proposals for regulated medical waste services across various Veterans Affairs Medical Centers (VAMCs) and clinics in Pennsylvania. The procurement aims to ensure the safe collection, transportation, sterilization, and disposal of regulated medical waste (RMW), which includes materials contaminated with blood or infectious agents, thereby enhancing compliance with health and safety regulations. This initiative is crucial for maintaining environmental and public health standards within healthcare facilities serving veterans. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Contracting Officer Ashley Zeccardo at ashley.zeccardo@va.gov or call 484-576-6002 for further details. The contract is structured as an Indefinite Delivery Vehicle, with performance periods beginning October 1, 2024, and extending through September 30, 2029.
    F110--Environmental Compliance and Healthcare Sustainability A&A Services Support for IHCS 583-24-4-630-0080 (VA-24-00096299)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Environmental Compliance and Healthcare Sustainability Advisory and Assistance Services Support for the Richard L. Roudebush VAMC under solicitation number 36C25024Q1053. The procurement aims to enhance environmental compliance and sustainability practices at the facility, including conducting a Comprehensive Environmental Compliance Audit and developing an electronic record management system. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a total award amount of $19 million and a performance period from September 23, 2024, to September 22, 2025. Interested contractors must submit their quotes via email by 10:00 AM EDT on September 17, 2024, and direct any technical inquiries to Branch Chief Toni Waggoner-Boykin at Toni.Waggoner-Boykin@va.gov by September 13, 2024.
    H146--DENTAL WATERLINE TESTING
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is planning to execute a sole-source procurement for Dental Waterline Testing services at the Jesse Brown VA Medical Center in Chicago, IL. The contract will be awarded to Venergy Group, LLC, a certified service-disabled veteran-owned small business (SDVOSB), with an estimated value not exceeding $5 million. This specialized service is crucial for maintaining the quality and safety of dental waterlines, ensuring compliance with health standards. Interested parties can reach out to Contract Specialist Laura Broacha at Laura.Broacha@va.gov or by phone at 414-844-4896 for further information.
    DG10--Guest WIFI and Water Monitor System Services Huntington Veterans Administration Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Guest Wi-Fi and Water Monitor System Services at the Huntington Veterans Administration Medical Center. The procurement aims to establish a reliable network infrastructure that includes 24/7 remote support, proactive monitoring, and maintenance of the Wi-Fi and water monitoring systems, with a contract period extending from September 2024 through September 2029. This initiative is crucial for enhancing telecommunications capabilities within the medical center, ensuring compliance with security standards, and improving service delivery for patients and guests. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by August 19, 2024, with a total estimated contract value of $34 million. For further inquiries, vendors can contact Contracting Officer Trever Turcotte at Trever.Turcotte@va.gov or by phone at 240-215-8892.