H146--Water System Testing and Maintenance | Dialysis Water Testing
ID: 36C24424Q1026Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF244-NETWORK CONTRACT OFFICE 4 (36C244)PITTSBURGH, PA, 15215, 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 qualified contractors to provide dialysis water testing services at the Pittsburgh VA Medical Center under solicitation number 36C24424Q1026. The procurement aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract for essential testing services, including Bacteria/Colony counts, Endotoxin assays, and AAMI panel tests, to ensure the sterility of water used in patient dialysis. This initiative underscores the importance of maintaining health and safety standards in dialysis services while promoting opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must submit their quotations, including a pricing schedule and past performance documentation, by October 15, 2024, with the anticipated contract performance period commencing on November 15, 2024, and concluding on November 14, 2029. For further inquiries, contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.

    Point(s) of Contact
    Edward FerkelContracting Officer
    edward.ferkel@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Request for Quote (RFQ) under solicitation number 36C24424Q1026 for dialysis water testing services at the Pittsburgh VA Medical Center. This Combined Synopsis/Solicitation aims to establish a five-year Indefinite Delivery - Indefinite Quantity (IDIQ) contract, focusing on compliance with federal, state, and local regulations. The NAICS code for this procurement is 541380, with a small business size standard of $19.0 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must register with the System for Award Management (SAM) and provide a quotation including a pricing schedule. A full description of the services required can be found in the attached Statement of Work (SOW). The anticipated contract performance period is from November 15, 2024, to November 14, 2029. The primary point of contact for this solicitation is Contracting Officer Edward Ferkel, reachable via email at edward.ferkel@va.gov. This initiative highlights the VA's ongoing commitment to providing health services while supporting veteran-owned businesses.
    The VA Pittsburgh Healthcare System's Dialysis Department requires a vendor to conduct testing on water and dialysate samples. The testing includes Bacteria/Colony counts, Endotoxin assays, and an AAMI panel to ensure the water system's sterility used for patient dialysis. Samples will be collected, packaged, and shipped by the VA staff using kits provided by the vendor. The selected vendor must be ISO/IEC 17025:2017 accredited and will receive samples Monday through Friday, with results reported via email to the department. The estimated annual testing volume includes 612 each of the Bacteria/Colony Count and LAL/Endotoxin tests, along with 14 AAMI Panel tests. The vendor will also bear the shipping costs for sample transportation. Furthermore, all data and information gathered during the analysis are considered confidential, with a strict enforcement of nondisclosure protocols. This request for proposals (RFP) outlines the essential requirements and responsibilities for a vendor aimed at maintaining health and safety standards in the dialysis services at the VA Pittsburgh Healthcare System. The document adheres to standard government procurement procedures, ensuring compliance with established regulations for sensitive healthcare operations.
    The document outlines a Past/Present Performance Questionnaire for a government solicitation related to dialysis water testing. Contract evaluators are instructed to provide detailed information about the contractor, including identification details and performance ratings across key areas: quality of services, timeliness of performance, and business relations. Each category requires a narrative assessment and an adjectival rating, ranging from "Excellent" to "Unsatisfactory," to evaluate the contractor’s performance effectively. An emphasis is placed on providing narratives that detail strengths, weaknesses, and the contractor's willingness to address issues. Additionally, evaluators must indicate whether they would re-award the contract to the same contractor and provide rationale if the answer is no. The solicitation deadline for submitting the completed form is October 15, 2024, emphasizing the importance of timely and compliant submissions in federal contracting processes. This document serves as an essential tool for assessing contractor performance in alignment with federal procurement standards.
    The document outlines an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for testing services at the Pittsburgh VA Medical Center, valid from November 15, 2024, to November 14, 2029. The contract specifies a minimum order value of $5,000, with the maximum to be determined at the time of award. It is essential to note that the quantities listed are estimates and not guaranteed. Three primary items are outlined for testing services, which include a Bacteria/Colony Count Test and an LAL/Endotoxin Test, both estimated at 612 each per year, alongside an AAMI Panel Test at an estimated 14 per year. The document identifies the principal North American Industry Classification System (NAICS) code as 541380, related to testing laboratories, and highlights the Product/Service Code for quality control in water purification and sewage treatment. Overall, the contract serves as a framework for the government to fulfill its requirements for quality testing services, emphasizing that funding is contingent upon availability. This structure aligns with the broader context of government RFPs, reflecting an organized approach to procurement and contract management within federal initiatives.
    The document outlines wage determinations under the Service Contract Act, emphasizing compliance with federal minimum wage requirements for contractors. Specifically, contracts initiated or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, are subject to Executive Order 13658, which stipulates a minimum wage of $12.90 per hour. The document provides a comprehensive list of occupations and corresponding wage rates, primarily for workers in Pennsylvania. It includes essential worker benefits such as health and welfare, paid sick leave, vacation, and holiday pay requirements. Moreover, it addresses the procedures for classifying unlisted occupations, outlining the conformance process required by contractors to ensure fair wage rates. Special provisions regarding hazardous pay, uniform allowances, and specific job classification nuances are also included. The intent of this register is to ensure compliance with labor standards while protecting workers' rights and guaranteeing fair compensation in federally funded services. This serves as a critical resource for contractors involved in federal contracts under RFPs or grants, aiming to maintain legal compliance and uphold worker protections.
    This document presents a Combined Synopsis Solicitation (CSS) issued as a Request for Quote (RFQ) by the Department of Veterans Affairs for Dialysis Water testing services at the Pittsburgh VA Medical Center. The solicitation number is 36C24424Q1026 and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The anticipated award will be a five-year, firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Prospective contractors must register with the System for Award Management (SAM) and be certified as SDVOSBs. Contractors are required to provide quotes by October 15, 2024, including a price schedule, a cover letter, past performance documentation, and a compliance certificate for limitations on subcontracting. Evaluation criteria will prioritize price, technical capability, and past performance, with the government reserving the right to choose an offer that represents the best overall value. The document emphasizes compliance with federal regulations and outlines the contracting officer's responsibilities and all necessary clauses incorporated into the contract. Overall, the solicitation aims to procure essential water testing services while promoting veteran-owned businesses and ensuring adherence to regulatory standards in federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    H146--Water System Testing and Maintenance | Water Management Program Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide a Comprehensive Water Management Program at the Pittsburgh VA Medical Center, as outlined in Solicitation Number 36C24424Q1044. The objective is to develop and implement a water management program that complies with VA standards for water quality and safety, particularly for the Sterile Processing Service, with a focus on ongoing monitoring and corrective actions. This initiative is critical for ensuring the safety and efficacy of medical device processing within the healthcare facility. Interested contractors must submit their quotes by 10:00 AM EST on October 11, 2024, and are required to be registered with the System for Award Management (SAM) prior to contract award. For further inquiries, contact Contracting Officer Edward Ferkel at edward.ferkel@va.gov.
    Q301--VISN 04 Reference Laboratory Testing Services (9 Facilites)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Reference Laboratory Testing Services across nine facilities within the Veterans Integrated Service Network (VISN) 04. The procurement aims to establish a Fixed-Priced Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at approximately $41.5 million, to enhance laboratory testing capabilities for veterans from June 1, 2024, to May 31, 2029. This initiative is crucial for ensuring timely and accurate diagnostic services, which are essential for the health management of veterans. Interested parties must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    B533--Water Treatment Services - Boiler Plant/Cooling Tower Hershel Woody Williams VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to issue a solicitation for Water Treatment Services at the Hershel Woody Williams VA Medical Center, specifically targeting its Boiler Plant and Cooling Tower. The contract, identified by solicitation number 36C24525Q0024, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded for a one-year period, with proposals due by November 1, 2024, at 1:00 PM Eastern Time. These services are crucial for maintaining water quality and operational efficiency within the facility, ensuring compliance with health and safety standards. Interested contractors must be registered in the SAM Database prior to contract award, and inquiries can be directed to Contract Specialist Dan Feng Lu at danfeng.lu@va.gov or by phone at 410-642-2411 X26005.
    F103--Amendment 0002 - Legionella Water Testing Base Plus 4 Option
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified contractors to conduct Legionella water testing services for the South Texas Veterans Health Care System, specifically at facilities in San Antonio and Kerrville. The contractor will be responsible for quarterly collection and analysis of water samples, ensuring compliance with federal and state regulations as outlined in the revised Statement of Work. This initiative is critical for maintaining water safety standards and preventing healthcare-associated Legionella disease within VA facilities. Interested parties must submit their offers by October 9, 2024, at noon Central Time, and can contact Contract Specialist Anitra Carter at anitra.carter@va.gov or by phone at 254-778-4811 ext. 46425 for further information.
    Laundry and Linen Services | Erie VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for laundry and linen services at the Erie VA Medical Center. The contractor will be responsible for providing comprehensive laundry services, including maintaining sanitary conditions, adhering to industry standards, and ensuring compliance with safety regulations, with an estimated total contract value of $47 million. These services are critical to supporting the healthcare operations of the Erie VA Medical Center, ensuring high-quality laundry operations that meet the needs of veterans. Interested parties must submit their price quotes by email to Contracting Officer Stephanie McFadden by 1:00 PM ET on October 10, 2024, and may address any questions via email by 10:00 AM ET on October 4, 2024.
    J046--Sources Sought | J046/221310 | Water Treatment System | Wilmington VAMC
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors for a Sources Sought notice regarding the installation and management of a water treatment system at the Wilmington VA Medical Center in Delaware. The procurement aims to identify potential sources capable of providing the necessary tools, equipment, monitoring, and qualified personnel to maintain the operation of the facility's secondary water treatment system. This service is critical for ensuring the quality and safety of water supply and sewage treatment, which are essential for the health and well-being of veterans receiving care at the facility. Interested parties must submit their responses, including company information and capabilities, by 3:00 PM (ET) on October 4, 2024, to Keri Lewis at keri.lewis2@va.gov, as no quotes are being requested at this time.
    8960--561-25-1-6468-0001 | 36C242-24-AP-3963 Bottled water delivery, water cooler rental & maintenance Please see description
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the delivery of bottled water, as well as the rental and maintenance of water coolers, specifically for the East Orange and Lyons Veterans Affairs Medical Centers. The procurement aims to ensure a consistent supply of bottled water and reliable cooler services to support patient care and operational efficiency within the facilities. This opportunity is critical for maintaining hydration standards in healthcare settings, particularly in patient waiting areas and staff break rooms, where access to clean drinking water is essential. Interested vendors should contact Contract Specialist Corey P. Swinton at corey.swinton@va.gov for further details regarding the solicitation process and requirements.
    6505-- Duplex Antibiotic Supply IV Bags
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting quotes for Duplex Antibiotic Supply IV Bags under solicitation number 36C26225Q0028, aiming to establish a base contract for one year with four additional option years. The procurement requires the successful contractor to supply specific pharmaceutical products, including Cefazolin and Ceftriaxone, ensuring that all items meet the specified performance and regulatory standards. This contract is crucial for maintaining essential supplies for patient care within the VA healthcare system, with an estimated total contract value ranging from $150,000 to $300,000. Interested vendors must be registered in the System for Award Management (SAM) and submit any questions via email to Melissa Ramirez by October 8, 2024, with quotes due by October 11, 2024.
    J045--Medical Gas Piping Annual Inspection and Testing John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Medical Gas Piping Annual Inspection and Testing services at the John D. Dingell VA Medical Center in Detroit, MI. The procurement aims to ensure compliance with regulatory standards, including those set by the Joint Commission and the National Fire Protection Association, through comprehensive inspections and testing of medical gas systems. This contract is critical for maintaining safety and reliability in healthcare services provided to veterans, reflecting the federal commitment to high-quality care. The estimated contract value is $11.5 million, with the solicitation expected to be available on or about September 23, 2024, and proposals due by October 7, 2024. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Alexis S. Alexander at Alexis.Alexander1@va.gov.
    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.