Potable water treatment system preventive maintenance, water sampling and testing at Bakersfield National Cemetery -- H299
ID: QSE--36C78624Q50328Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CEMETERY ADMIN (36C786)QUANTICO, VA, 22134, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

EQUIPMENT AND MATERIALS TESTING- MISCELLANEOUS (H299)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide certified water treatment and distribution operator services at the Bakersfield National Cemetery in California. The procurement involves a non-personnel services contract for preventative maintenance, water sampling, and testing of the cemetery's potable water treatment system, ensuring compliance with state and federal regulations. This contract is crucial for maintaining safe drinking water quality in a sensitive environment, with a base year and four optional renewal years planned. Interested parties should contact Ralph Crum at ralph.crum@va.gov, with proposals due by September 9, 2024, at 15:00 PST, following the recent amendments to the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document consists of multiple government-related sections, primarily focusing on Request for Proposals (RFPs), federal grants, and state/local funding opportunities aimed at enhancing various public services and infrastructure. It outlines specific submission requirements, eligibility criteria, and deadlines for potential applicants seeking to secure funding for projects across different sectors, including healthcare, environmental management, and local development. Additionally, the document highlights the importance of compliance with federal regulations, proper documentation, and adherence to evaluative standards throughout the application process. It emphasizes cooperation among parties involved and outlines conditions for funded projects, including performance metrics and reporting obligations to ensure accountability and effective use of resources. Overall, the intent of the document is to provide detailed guidance for organizations and individuals interested in applying for government funding while fostering transparency and competitive bidding through structured processes. Financial assistance aims to improve public services, promote sustainable development, and address community needs efficiently.
    The document addresses inquiries related to a specific federal RFP, specifically focusing on water treatment operations. It clarifies key points including the required certifications from the State Water Resources Control Board, which are Water Treatment Grade 2 and Distribution Grade 2. The current contract amounts to $500 monthly, with an average expenditure of $360, encompassing costs for chemicals and quarterly water testing. The existing contractor is identified as McMor Chlorination, Inc. An error regarding Wastewater Operator certification is rectified, confirming that wastewater is not part of the current contract scope. It states that well water testing is unnecessary due to prior disinfection processes. Additionally, it confirms the availability of a Public Water System Permit and specifies that contractor responsibilities for furnished items pertain solely to chemical purchases, requiring prior notification for replacement parts. This document serves to clarify expectations and operational requirements for potential bidders and current contractors involved in the water treatment project.
    This document serves as an addendum to FAR 52.212-1, providing instructions to offerors for a competitive solicitation. Offerors must submit proposals that comply with the specific format and content requirements outlined, as incomplete submissions could lead to disqualification. It emphasizes the importance of understanding contract requirements and mandates submission deadlines, including a complete package by September 3, 2024. The lowest-priced, technically acceptable offeror will be awarded the contract, and the Government reserves the right to evaluate past performance from various sources. A pre-proposal conference and site visit are scheduled at the Bakersfield National Cemetery, and attendance must be confirmed in advance. Key evaluation factors include the submission of a quality control plan, safety certifications, and an emergency response plan. Quotes must be evaluated based on total price, including any options, with the intent to award without discussions unless deemed necessary. The purpose of this solicitation is to ensure adherence to technical standards while fostering competitive pricing for government contracts.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, dictating minimum pay rates for various occupations across California's Kern County. It specifies that contracts initiated after January 30, 2022, must adhere to Executive Order 14026, requiring contractors to pay at least $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $12.90. A comprehensive list of occupations includes detailed wage rates, with fringe benefits and potential higher wages for specific classifications noted. Relevant Executive Orders also mandate paid sick leave for federal contractors and require alignment with occupational standards for uniform allowances. Additionally, there are provisions for conformance requests to classify unlisted occupations. The document serves as a guideline to ensure compliance with wage laws for federal and government-related contracts, reflecting the commitment to fair labor practices and worker protections in federal contracting.
    The Performance Work Statement (PWS) for the Bakersfield National Cemetery outlines a non-personnel services contract for the preventative maintenance, water sampling, and testing of its potable water treatment system. The objective is to ensure compliance with various state and federal regulations governing a transient-community water well. The contractor is responsible for providing necessary personnel, chemicals, and equipment, and must implement a comprehensive quality control program. The contract spans one base year with four optional renewals, emphasizing the importance of maintaining system performance and addressing any necessary repairs. Key tasks include regular testing for chlorine levels and coliform bacteria, along with extensive documentation of operational and maintenance logs. Contractor personnel are bound to adhere to strict conduct standards, given the sensitive environment of the cemetery. The contract specifies the need for certified operators and mandates rigorous reporting and responsiveness to any water quality concerns. Furthermore, all materials used must comply with safety regulations, and any new chemicals need prior approval. This document is significant for understanding the contractual obligations and operational standards required in maintaining potable water systems in federal facilities.
    The document details an amendment to solicitation number 36C78624Q50328 by the National Cemetery Administration Contracting Service. It officially cancels the original solicitation, stating that it will be resolicited in FY25. The effective date of this amendment is September 17, 2024, with the closing date for submissions set for September 18, 2024, at 15:00 PST. The amendment provides instructions for contractors to acknowledge receipt of this amendment, which is crucial for the continuation of the bidding process. If an offer already submitted needs changes, the contractors are advised to communicate those modifications before the specified deadline. The document ensures all unchanged terms and conditions from the previous solicitation remain in effect. This adjustment reflects procedural changes typical for federal RFPs, emphasizing timely communication and adherence to regulations within government contracting processes.
    The document pertains to an amendment (number 0002) of a solicitation issued by the National Cemetery Administration for certified water treatment and distribution operator services at the Bakersfield National Cemetery. Effective from September 5, 2024, this amendment primarily addresses vendor inquiries and extends the deadline for submitting quotes to September 9, 2024, at 15:00 PST. It outlines that vendors must acknowledge receipt of the amendment, detailing methods for confirmation to ensure their offers remain valid. The amendment retains all original terms and conditions of the solicitation, except where modifications have been specifically indicated. This process ensures that interested contractors are adequately informed and given additional time to prepare their proposals, reflecting the government's commitment to transparency and competitive bidding in its procurement processes.
    This document serves as an amendment notification regarding solicitation number 36C78624Q50328, issued by the National Cemetery Administration (NCA) Contracting Service. The amendment, effective September 17, 2024, indicates that the solicitation has been cancelled and will be resolicited in fiscal year 2025. The closing date for any submissions is now set for September 18, 2024, at 3:00 PM PST. The amendment does not alter any other terms and conditions of the original solicitation except for the rescheduling of the bidding process. Offerors are required to acknowledge this amendment to ensure their offers remain valid, emphasizing the importance of timely communication. The document also includes standard administrative instructions regarding the modification protocol. Overall, the amendment reflects typical procedural adjustments encountered in government RFPs, particularly in the context of contract solicitations and management within federal agencies.
    The document pertains to the cancellation of Solicitation Number 36C78624Q50328 by the National Cemetery Administration. This solicitation sought a contract for potable water treatment system preventative maintenance, including tasks such as water sampling and testing at Bakersfield National Cemetery, California. The cancellation is linked to the plan for a resolicitation in fiscal year 2025. The performance work statement outlines the services required—including quality control, regulatory compliance, and detailed operational guidelines for service providers. Key responsibilities and performance standards for contractors are established, focusing on maintaining safe drinking water quality. Additionally, the document emphasizes the importance of documentation, timely communication, and compliance with environmental regulations while maintaining a professional standard of conduct. All amendments and contract clauses referenced illustrate the requirements surrounding small business considerations, particularly for service-disabled veteran-owned businesses, reinforcing the government's commitment to ensuring equitable contracting opportunities. Ultimately, the document is significant in the context of U.S. government procurement processes, emphasizing compliance, quality assurance, and the execution of public health responsibilities.
    Similar Opportunities
    Irrigation Supplies for San Juaquin Valley National Cemetery
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide irrigation supplies for the San Joaquin Valley National Cemetery in California. The procurement involves a variety of irrigation components, including sprinkler heads, valves, and PVC pipes, with specific quantities and descriptions outlined in the solicitation documents. These supplies are essential for maintaining the cemetery's landscaping and ensuring effective water management. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals in response to Request for Quotation (RFQ No. 36C78624Q50397) by the specified deadline, and all inquiries should be directed to David Hester at David.Hester@va.gov.
    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.
    Sources Sought - National Cemetery Administration is seeking sources for an Irrigation Supply
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking sources for an Irrigation Supply ordering vehicle to provide essential irrigation items to National Cemeteries across several states in the Continental District, including Arkansas, Colorado, Louisiana, Mississippi, Montana, Oklahoma, Texas, Utah, and Wyoming. The procurement aims to gather various irrigation and plumbing components, with a focus on brand name products from manufacturers such as Toro, Rain Bird, Hunter, and Buckner-Superior, as detailed in the attached requirements document. This initiative is crucial for maintaining the infrastructure of national cemeteries, ensuring effective water management and irrigation systems. Interested vendors must submit their qualifications and capabilities by September 27, 2024, to Ralph Crum at ralph.crum@va.gov, as the government will not compensate for any responses, and all submissions will remain unreturned.
    J045--Water System Testing and Maintenance | Hyperchlorination Service | 693 (VA-25-00006637)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide water system testing and maintenance services, specifically hyperchlorination, at the Wilkes-Barre VA Medical Center. The procurement involves a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with a minimum contract value of $5,000 and a maximum of $325,000, based on task orders determined by estimated needs. This initiative is crucial for ensuring the safety and compliance of the water supply in healthcare facilities, particularly in preventing Legionella disease. Interested contractors must submit their quotations by 10:00 AM (EST) on September 24, 2024, and direct any inquiries to Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    PRESOLICITATION NOTICE: Grounds maintenance services at the Bakersfield National Cemetery -- S208
    Active
    Veterans Affairs, Department Of
    Sources Sought Notice: VETERANS AFFAIRS, DEPARTMENT OF is seeking Grounds maintenance services at the Bakersfield National Cemetery. This service is typically used for maintaining the grounds and overall appearance of the cemetery. The service requirements include gravesite maintenance, tree and shrub maintenance, irrigation system management, stormwater/drainage system maintenance, trash removal, pavement upkeep, ice prevention/snow removal, maintaining structures, and headstone services. Interested parties should submit a statement of interest and capability to Ralph.Crum@va.gov by 6/21/2024.
    F103--Legionella Water Testing - Base Plus 4 Option Yrs
    Active
    Veterans Affairs, Department Of
    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.
    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.
    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.
    J045--HYDRO-JETTING & CABLING SERVICES SB SET-ASIDE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Hydro-Jetting and Cabling Services at the Jennifer Moreno VA Medical Center in San Diego, CA. This procurement aims to secure non-personal services for sewer line hydro-jetting and cabling of waste lines, ensuring operational efficiency and compliance within the facility. The contract, valued at approximately $9 million, will be structured into a base year and four option years, with a total small business set-aside to promote participation from small enterprises. Interested vendors must submit written quotations by September 23, 2024, and direct all inquiries to Contract Specialist Charity Cazee at charity.cazee@va.gov by September 18, 2024.
    Water Testing & Treatment Service
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide Water Testing and Treatment Services for the Engineering Training Lab at Naval Station San Diego, California. The services are essential for maintaining the efficiency of water cooling towers that utilize fresh water, which is prone to bacterial growth that can hinder cooling operations. Interested contractors are invited to submit their capabilities and organizational experience by 10:00 P.M. (EST) on September 18, 2024, as this opportunity is part of market research and will lead to a firm fixed price non-personal services contract with a twelve-month base period. For further inquiries, interested parties may contact DeAundrae Rogers at deaundrae.l.rogers1@navy.mil or Preston Grant at preston.grant@navy.mil.