ContractSolicitation

Q301--Legionella Water Testing for Tomah VA Medical Center (VAMC) located in Tomah, WI.

DEPARTMENT OF VETERANS AFFAIRS 36C25225Q0593
Response Deadline
Jul 25, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Legionella water testing services at the Tomah VA Medical Center located in Tomah, Wisconsin. This procurement is specifically set aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure the facility's water quality meets public health safety standards. The solicitation number for this request is 36C25225Q0593, with the RFQ expected to be released on or around July 16, 2025, and bids due by July 25, 2025, at 10:00 AM Central Time. Interested parties can direct inquiries to Jerri Schuster, the Contracting Officer, at jerri.schuster@va.gov or by phone at 414-844-4800 x43244.

Classification Codes

NAICS Code
541380
Testing Laboratories and Services
PSC Code
Q301
MEDICAL- LABORATORY TESTING

Solicitation Documents

3 Files
36C25225Q0593.docx
Word112 KBJul 16, 2025
AI Summary
This document outlines a Request for Quote (RFQ) issued by the Department of Veterans Affairs for Legionella water testing services at the Tomah VA Medical Center in Wisconsin. It encompasses the supply of sampling materials, laboratory analysis, and detailed reporting on test results, with the aim of ensuring public health safety through regular water quality monitoring. The contract will involve the analysis of approximately 220 samples each quarter for various Legionella species, following strict guidelines for sample collection and testing. Key elements include requirements for contractor qualifications, compliance with federal laws, specified working hours, and rigorous safety regulations. Additionally, the document highlights the procurement process, emphasizing small business participation and payment procedures, including electronic invoicing. The performance period spans five years, divided into base and option years, indicating ongoing support services necessary to address Legionella risk in the facility. The structure ensures that contractors adhere to the necessary federal standards while maintaining a focus on quality and accountability in delivering health-related testing services.
P07 - Monroe County WI WD 2015-4929 Rev-28 dated 05122025.pdf
PDF48 KBJul 16, 2025
AI Summary
The document outlines the wage determination under the Service Contract Act issued by the U.S. Department of Labor, with specific application to contracts in Wisconsin. The determination specifies minimum wage rates for various occupations, including mandatory fringe benefits, under different Executive Orders depending on the contract dates. Contracts that commenced or were renewed after January 30, 2022, require a minimum wage of $17.75 per hour, while earlier contracts remain subject to lower wage rates. Occupational listings provide specific wage rates for a wide range of job titles, emphasizing the need for compliance with wage laws. Additionally, the document addresses contractor responsibilities for paid sick leave, benefits, and compliance with health and welfare standards. It also outlines processes for classifying additional occupations not listed within the determination, ensuring equitable compensation for workers. The overall objective is to maintain fair labor standards and employee protections in federal contracting, guiding contractors on wage obligations and employee rights within the specified geographical area. This information is essential for those engaging in government contracts, ensuring adherence to federal labor laws and protecting the rights of service workers.
36C25225Q0593_1.docx
Word14 KBJul 16, 2025
AI Summary
The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Legionella water testing services at the Tomah VA Medical Center in Tomah, Wisconsin. This procurement is specifically set aside for Service-Disabled, Veteran-Owned Small Businesses (SDVOSBC). The solicitation number for this request is 36C25225Q0593, and it is expected to be released on or around July 16, 2025. Bids must be submitted by July 25, 2025, at 10:00 AM Central Time. The related North American Industry Classification System (NAICS) code is 541380, pertaining to testing laboratories. Communication regarding the contract will be directed to Jerri Schuster, the Contracting Officer, whose contact email is provided. This presolicitation notice outlines the government’s intent to acquire essential testing services that align with public health safety standards in ensuring contaminant-free water for the facility's operations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 16, 2025
deadlineResponse DeadlineJul 25, 2025
expiryArchive DateAug 9, 2025

Agency Information

Department
DEPARTMENT OF VETERANS AFFAIRS
Sub-Tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)

Point of Contact

Contract Specialist
Jerri L Schuster

Official Sources