The document outlines a Request for Proposal (RFP) for Legionella water testing services at the Robert J. Dole VA Medical Center in Wichita, KS. The Department of Veterans Affairs plans to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for five years, divided into five ordering periods. The contract encompasses testing of potable and non-potable water to validate Legionella control measures and compliance with safety standards, including specific testing protocols and reporting requirements mandated by the VHA Directive 1061.
Key details include the evaluation criteria, which emphasize the Lowest Price Technically Acceptable (LPTA) approach. The RFP specifies that the contractor must provide all necessary materials for sampling and shipping, with the testing laboratory required to meet CDC certification standards. The contract’s total award amount is up to $25 million, with payment terms established via electronic submission processes. The contractor is obligated to comply with VA regulations regarding data protection and limitations on subcontracting, ensuring services are primarily fulfilled by certified service-disabled Veteran-owned small businesses.
This procurement is essential for enhancing water safety in VA facilities, highlighting the government’s commitment to public health and efficient resource management in federal contracting.
The Department of Veterans Affairs (VA) is preparing to solicit bids for Legionella Water Testing Services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The contracting office, Network Contracting Office (NCO) 15, seeks a contractor certified by the CDC or Public Health England for proficient Legionella testing and reliable sample processing. The contract, structured as a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, spans five years with potential for five additional one-year order periods. The anticipated solicitation release date is March 4, 2025, with responses due by March 17, 2025. Samples collected at the VA facility will be sent to the contractor's laboratory, which must be equipped to handle both regular and emergency testing needs. This request underscores the government’s commitment to maintaining water safety and compliance in its healthcare settings while supporting Service-Disabled Veteran-Owned Small Business contracts.
The Department of Veterans Affairs is preparing to issue a solicitation for Legionella Water Testing Services for the Robert J. Dole VA Medical Center in Wichita, Kansas. The contractor will be tasked with timely acceptance and testing of shipped water samples, operating Monday through Friday, with optional Saturday services. The testing will occur at laboratories certified by the CDC or PHE for proficiency in Legionella culture.
The contract will be a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) setup for five years, with five individual one-year ordering periods. The expected solicitation release date is March 4, 2025, with a close date around March 13, 2025. The NAICS code for this project is 562910, which covers remediation services, with a size standard of $25 million. Interested parties should contact the Contracting Officer, Aubrey Visocsky, for further information. This initiative reflects the VA's commitment to ensuring health and safety standards in water quality for veterans and hospital staff.
The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice for Legionella Water Testing services for the Robert J. Dole VA Medical Center in Wichita, KS. This notice, under solicitation number 36C25525Q0143, does not constitute a formal solicitation but aims to gather information for planning purposes to inform potential future acquisitions. The VA is particularly interested in Service-Disabled Veteran Owned Small Businesses (SDVOSBs), Veteran Owned Small Businesses (VOSBs), and other small business certifications. The required services are for a five-year period divided into one-year ordering periods, focusing on environmental consulting related to water safety.
Interested parties must provide detailed documentation of their qualifications, including company information, unique entity identifiers, and a capabilities statement outlining their expertise. Responses must be submitted by January 28, 2025, and all offerors must be registered in the System for Award Management (SAM) and the VA’s VetCert Registry. This effort underscores the VA's commitment to ensuring water quality and safety for veterans while adhering to regulatory and contracting standards.