H146--Legionella/SPS Water Surveillance Testing
ID: 36C26024Q0265_1Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, 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 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.

    Point(s) of Contact
    Craig BrownContract Specialist
    360-696-4061 EXT 31504
    craig.brown7@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) issued by the Network Contracting Office 20 for Legionella Water Testing and Services for the Spokane VA Medical Center. The RFP encompasses a contract period spanning from September 27, 2024, to September 26, 2025, with options to extend for four additional years. Key requirements include the contractor’s provision of all necessary personnel and resources to collect and ship water samples for analysis at a CDC Elite certified laboratory. The contractor must adhere to specific testing protocols for both routine and non-routine samples, demonstrate relevant qualifications, and ensure compliance with federal and state regulations. Contract deliverables include quarterly surveillance testing—with specific sampling requirements from various water sources—and the timely submission of analytical reports. The contractor must also facilitate stringent quality assurance measures. Financially, the total potential award amount is approximately $19 million, targeting small businesses, particularly service-disabled veteran-owned entities. This RFP reflects veterans' healthcare priorities and emphasizes stringent quality, compliance, and effective environmental health monitoring at VA facilities.
    Lifecycle
    Title
    Type
    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.
    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.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Dental Water Testing Services at the Roseburg VA Medical Center, with a focus on ensuring compliance with U.S. potable water standards. The contractor will be responsible for assessing dental unit water line contamination across multiple sites in Roseburg and Eugene, conducting monthly sampling, and providing necessary testing materials and protocols, with a maximum contamination threshold of 500 colony-forming units (CFU) per milliliter. This procurement is critical for maintaining health safety standards in dental practices, particularly regarding water quality, and the total contract value is estimated at $19 million over five years. Interested parties should contact Contract Specialist Craig Brown at craig.brown7@va.gov or 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--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.
    Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) for Spokane WA VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fire Protection & Life Safety Inspection, Testing, and Certification (ITC) services for the Mann-Grandstaff VA Medical Center in Spokane, Washington. The contract, valued at approximately $11.5 million, includes a base year followed by four option years, focusing on comprehensive inspections and testing of fire safety systems in compliance with standards from organizations such as the NFPA and TJC. This initiative is critical for ensuring fire safety compliance in a healthcare environment, thereby maintaining operational readiness for emergency situations. Interested vendors must acknowledge the recent amendment regarding a site visit scheduled for September 19, 2024, and submit their quotes by adhering to the specified requirements outlined in the solicitation documents. For further inquiries, vendors can contact Danielle Carrico at danielle.carrico@va.gov.
    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.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Dental Water Testing Services for the Roseburg VA Medical Center in Oregon. The contract will be awarded under a Firm Fixed Price model, covering an initial period of one year with four optional one-year extensions, and is exclusively set aside for small businesses under NAICS code 541380, which pertains to Testing Laboratories and Services. This procurement is crucial for ensuring the safety and compliance of dental water systems within the facility. Interested vendors should prepare for the anticipated solicitation release on or around September 11, 2024, with responses due by September 20, 2024, at 3 PM Pacific Time. For further inquiries, vendors can contact Contract Specialist Craig Brown at craig.brown7@va.gov or 360-696-4061 EXT 31504.