F108--36C25525Q0143_1 | Legionella Water Testing Services | Wichita VAMC
ID: 36C25525Q0143Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

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 water testing services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to establish a single Indefinite Delivery Indefinite Quantity (IDIQ) contract over five years, focusing on the testing of both potable and non-potable water to ensure compliance with safety standards and validate Legionella control measures as per VHA Directive 1061. This initiative underscores the government's commitment to enhancing water safety in VA facilities, which is crucial for public health and resource management. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that the total award amount is up to $25 million, and they can contact Contract Specialist Aubrey L. Visocsky at Aubrey.Visocsky@va.gov for further details.

    Point(s) of Contact
    Aubrey L VisocskyContract Specialist
    Aubrey.Visocsky@va.gov
    Files
    Title
    Posted
    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.
    Similar Opportunities
    H346--FY25 | Dialysis Water Testing | Base +4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for dialysis water quality analytical testing services at the VA New York Harbor Healthcare System, under an indefinite delivery, indefinite quantity (IDIQ) contract. The procurement aims to ensure compliance with health and safety standards through rigorous bacterial and endotoxin testing, with contractors required to provide sterile sampling containers and adhere to ANSI/AAMI protocols for timely reporting of results. This initiative is crucial for maintaining high standards of care for veteran dialysis patients, reflecting the VA's commitment to their health and safety. Interested vendors should note that the contract spans from April 1, 2025, to March 31, 2030, with a budget of up to $250,000, and may contact Contract Specialist Christopher J. Weider at Christopher.Weider@va.gov for further details.
    Q301--648-25-3-5106-0019 - Legionella and Dental HPC Testing Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a service contract focused on Legionella and heterotrophic plate count (HPC) testing at the Portland VA Medical Center. The procurement aims to ensure compliance with health standards through quarterly sampling and laboratory testing of water sources, including faucets and showers, across multiple VA properties in Portland and Vancouver, Washington. This testing is critical for maintaining safe water quality in healthcare facilities, thereby protecting the health of veterans and staff. Interested contractors must submit their expressions of interest and capability statements to Contract Specialist Craig Brown at craig.brown7@va.gov or by phone at 360-816-2784 by March 21, 2025. The contract will be structured as a Base Plus Four arrangement, adhering to federal and state regulations, with a business size standard of $19 million under NAICS code 541380.
    Q301--Dialysis Sample Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for dialysis water and dialysate testing services at the VA New Jersey Healthcare System. The contract, valued at a maximum of $150,000 with a minimum of $5,000, requires adherence to AAMI standards, provision of necessary sampling equipment, and prompt delivery of test results, all while ensuring the integrity of samples during shipping. This testing is critical for maintaining the safety and reliability of dialysis water systems, which are essential for patient care. Interested vendors should contact Contracting Officer Natalie Acevedo at natalie.acevedo@va.gov, with the performance period set from April 1, 2025, to March 31, 2030, including a base year and four optional extension years.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center, with a focus on ensuring compliance with health and safety standards. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing for Legionella and heterotrophic plate counts, with a contract duration starting from March 21, 2025, to March 20, 2026, and four optional extension years. This procurement is critical for maintaining the operational integrity of the medical facility, with a total award amount of $41 million reflecting the project's significance. Interested parties should contact Contract Specialist Michael Barton at Michael.barton@va.gov for further details.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    F109--Underground Storage Tank Inspections | St. Louis VA HCS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract focused on underground storage tank inspections at the St. Louis Veterans Affairs Health Care System. The contract, anticipated to be a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span five years with a ceiling of $19 million and includes provisions for small business participation, particularly for service-disabled veteran-owned small businesses. This procurement is critical for ensuring compliance with environmental regulations and maintaining the integrity of underground storage tanks, which play a vital role in environmental protection and safety. Interested contractors should reach out to Contract Specialist Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission requirements.
    H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST. Response Date Extension SDVOSB Set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for wastewater sampling and analysis services, specifically focusing on Chemical Oxygen Demand (COD) testing, under solicitation number 36C26225Q0480. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal procurement. The work will be performed at the Long Beach VA Healthcare System in California, and the estimated contract cost for FY2024 is approximately $6,960.00. Interested parties must submit their proposals by the extended deadline of March 12, 2025, at 12:00 PM Pacific Time, and can contact Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Industrial Hygiene Services, with a specific intent to set aside the contract for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to secure comprehensive environmental consulting services, including assessments of indoor air quality, asbestos, lead, and mold, adhering to the latest industry standards. This initiative underscores the VA's commitment to maintaining safe working environments across its facilities while promoting veteran-owned businesses in federal contracting. Interested vendors must submit their proposals by March 14, 2025, and can contact Contract Specialist Warren A. Pennil at warren.pennil@va.gov for further information. The total expected award amount for this contract is approximately $19 million, with a performance period starting April 1, 2025, and extending through February 28, 2030.
    Q301--FY24: VISN7-Reference Lab -Base + 4 Option Yrs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide reference laboratory services for VISN 7 facilities located in Alabama, Georgia, and South Carolina. The primary objective of this procurement is to enhance access to diagnostic testing and analysis that is not available within VA Medical Centers, while effectively managing costs associated with these services. The awarded contractor will be responsible for a comprehensive range of medical laboratory testing services, including specimen handling, timely reporting, and adherence to regulatory standards, thereby improving healthcare delivery for veterans in the region. Interested parties should contact Chelsea L. Smith, the Contracting Officer, at Chelsea.Smith1@va.gov or (910) 322-00863, with the total contract value estimated at approximately $41.5 million.
    596-21-104 - AJP – Replace Deteriorated Underground Utilities - Water, Sanitary & Storm Drain Distribution (SD)
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to replace deteriorated underground utilities, specifically focusing on water, sanitary, and storm drain distribution at the Lexington VA Medical Center in Kentucky. This project, identified as 596-21-104, aims to enhance the facility's infrastructure while adhering to strict safety and operational protocols due to its medical environment. The estimated contract value ranges between $5 million and $10 million, with a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requiring registration through the SBA VetCert program. Interested contractors must submit their proposals by January 28, 2025, and direct any inquiries to Contract Specialist Robert Glenn Jr. at robert.glenn2@va.gov or by phone at 615-225-3413.