H146--Water System Testing and Maintenance | Water Management Program Services
ID: 36C24424Q1044Type: 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)
Timeline
    Description

    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.

    Point(s) of Contact
    Edward FerkelContracting Officer
    edward.ferkel@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is issuing a Request for Quotes (RFQ) for a Comprehensive Water Management Program at the Pittsburgh VA Medical Center, detailed under Solicitation Number 36C24424Q1044. This solicitation aims to secure a firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a five-year term, commencing approximately from November 1, 2024, to October 31, 2029. Interested contractors are required to submit their quotations according to the specified Pricing Schedule. The procurement falls under the North American Industry Classification System (NAICS) code 541380, catering to commercial services as defined by federal regulations. The selected contractor must comply with local, state, and federal regulations while fulfilling the requirements outlined in the attached Statement of Work. Registration with the System for Award Management (SAM) is mandatory prior to contract award. The document includes several attachments providing further details, including a past performance questionnaire and wage determinations. The overall objective of the solicitation is to ensure effective water system testing and maintenance to promote safety and regulatory compliance at the facility.
    The VA Pittsburgh Healthcare System (VAPHS) is seeking a contracted service to develop a Comprehensive Water Management Program (WMP) specifically for its Sterile Processing Service (SPS). The program aims to comply with VA guidance and standards for water quality and safety essential for the processing of medical devices. The contractor is required to initiate work within 30 days of award and adhere to a 90-day development timeline with ongoing facilitation for a year. Key tasks include forming a Water Management Team (WMT), performing site surveys, assessing water systems, establishing safety goals, and implementing control measures for hazardous conditions. Ongoing monitoring, corrective actions, and documentation are mandated to ensure effectiveness. The contractor must also comply with security and training requirements, including annual privacy training and infection control measures, particularly regarding influenza vaccinations and tuberculosis testing. The document outlines responsibilities, performance expectations, security compliance, and mandatory training, emphasizing the importance of maintaining the integrity of sensitive information and optimizing water safety in the healthcare setting. This initiative reflects the VA's commitment to health standards and patient safety within its facilities.
    The document is a Past/Present Performance Questionnaire for a Comprehensive Water Management Program. It requires contractors to provide detailed identifying information, including contract details and services provided. Evaluators must present assessments across several performance elements: Quality of Services, Timeliness of Performance, and Business Relations. Each element mandates a narrative evaluation along with an adjectival rating—ranging from Excellent to Unsatisfactory—based on the contractor’s performance. Evaluators are also asked to identify strengths and weaknesses and indicate if they would choose to award the contract again. The overall aim is to gauge contractor effectiveness in meeting contractual requirements through detailed evaluations and narratives, facilitating informed decision-making in the context of federal and local RFPs. The submission deadline for this questionnaire is set for October 11, 2024.
    The document outlines a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for services related to water management at the Pittsburgh VA Medical Center. It specifies a minimum contract value of $5,000, with the maximum amount to be determined at the time of award, emphasizing that the stated values are estimates and do not determine unit prices for the solicitation. The contractor is expected to provide services as per the Statement of Work (SOW), including the development of a Water Management Program and quarterly monitoring and documentation of the program. Both services fall under the principal NAICS code 541380, associated with testing laboratories and services, and utilize the product/service code H146 for quality control of water purification and sewage equipment. The anticipated period of performance is projected to begin in November 2024, though exact dates are yet to be confirmed. The document underscores the necessity of availability of funds as per federal regulations.
    The document outlines the Wage Determination No. 2015-4235 under the Service Contract Act, detailing minimum wage rates and requirements for contracts in Pennsylvania. It mandates employers to pay covered workers at least $17.20 per hour or the prevailing wage rate for 2024, depending on the contract date and conditions. The document specifies wage rates for various occupations, emphasizing compliance with adjusted minimum wage standards under Executive Orders 14026 and 13658. It also discusses employee benefits, including health and welfare allowances, paid vacation, and holidays. The document provides guidance on conforming additional classifications and wage rates for unlisted occupations under the Act. Essential aspects highlight that certain employees may qualify for exemptions and special pay differentials. The structured format includes wage tables, job titles, and detailed regulations on compliance and enforcement, demonstrating the government's aim to ensure fair pay and conditions for employees involved in service contracts. Overall, this serves as a crucial reference for contractors and workers within federal, state, and local contract frameworks.
    The document outlines a series of questions and responses related to a solicitation for the Comprehensive Water Management Program, particularly focusing on water quality requirements for medical device processing. Key points include that no sampling is required from the contractor, but they must supervise sample collection and provide a database for tracking results. Responsibilities for repairing or replacing non-compliant equipment lie with the facility, not the contractor. AAMI ST108:2023 serves as the guideline for water quality control limits, and current operations are assured to comply with quality standards. The contractor is expected to propose the composition of the Water Management Team, and specific qualifications, such as Certified Water Technologist certification, are necessary for personnel. A detailed work plan with distinct milestones over a 90-day development period and a one-year facilitation timeline is to be created by the contractor based on SOW deliverables. This reflects the government's intent to ensure compliance and effective management of water quality in healthcare settings, underscoring the priority placed on public health and safety in regulatory compliance.
    The document outlines a Combined Synopsis Solicitation (CSS) for a Comprehensive Water Management Program at the Pittsburgh VA Medical Center, referenced as Solicitation number 36C24424Q1044. The federal government intends to award a five-year, firm-fixed-price Indefinite Delivery-Indefinite Quantity (IDIQ) contract. The North American Industry Classification System (NAICS) code is 541380, with a small business size standard of $19.0 million. Interested contractors must be registered with the System for Award Management (SAM) and submit quotes by 10:00 AM EST on October 11, 2024. Key requirements include providing necessary services as per the Statement of Work (SOW), demonstrating technical capability, prior experience, and past performance in similar projects. Contractors must address specific criteria in their submissions, including personnel qualifications, a web-based software solution for water management, and past project references. The evaluation will focus on price, technical capability, and past performance, with the government reserving the right to award to a non-lowest price if it represents the best overall value. The contracting officer for this solicitation is Edward Ferkel, and all submissions must be made via email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F103--Amendment 0001 - Legionella Water Testing Base Plus 4 Option Yrs
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Legionella water testing services for the South Texas Veterans Health Care System, with a contract duration starting from November 1, 2024, to October 31, 2025, and four additional one-year options. The contractor will be responsible for quarterly collection and analysis of water samples at designated locations, ensuring compliance with federal and state regulations as outlined in the Statement of Work. This procurement is crucial 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 by phone at 254-778-4811 ext. 46425 for further information.
    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.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    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 and the rental and maintenance of water coolers for the East Orange and Lyons Veterans Affairs Medical Centers (VAMCs) located in New Jersey. This procurement, identified by solicitation number 36C24224R0104, aims to ensure that these healthcare facilities have reliable access to essential hydration services for both patients and staff. The contract falls under the Product Service Code 8960 and NAICS Code 312112, highlighting the importance of nonalcoholic beverage supply in a medical environment. Interested parties should direct inquiries to Contracting Officer Corey Swinton at Corey.Swinton@va.gov, with responses due by 4 PM Eastern Time on September 30, 2024.
    Z2DA--Replace Canteen Dishwashing Utilities | 666-24-129
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for plumbing construction services to replace and upgrade the canteen dishwashing utilities at the Sheridan VA Medical Center in Wyoming. The project aims to address existing plumbing deficiencies, ensuring compliance with plumbing codes and enhancing operational efficiency through various upgrades, including the installation of heat recirculation lines and improved drainage systems. This initiative is particularly significant as it is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a budget ranging from $100,000 to $250,000, and requires proposals to be submitted by October 7, 2024. Interested contractors must attend a mandatory site visit on September 23, 2024, and direct any questions to Contract Specialist Timothy R. Verburgt at Timothy.Verburgt@va.gov.
    MSPV Q4 FY24 SOLICITATION
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for the Medical/Surgical Prime Vendor (MSPV) program, specifically to amend a prior solicitation aimed at establishing or modifying Blanket Purchase Agreements (BPAs) for the procurement of medical and surgical supplies. This initiative is critical for equipping approximately 1,243 healthcare facilities with essential supplies, ensuring compliance with the Federal Acquisition Regulation (FAR) and the Trade Agreements Act while focusing on cost-effectiveness and quality. Interested suppliers must submit proposals detailing pricing and hold appropriate distributor agreements, with BPAs potentially lasting up to 60 months without obligating the government to purchase. For further inquiries, contact Princess Mersha at princess.mersha@va.gov or Rashaun Thomas at Rashaun.Thomas@va.gov, with proposals due as specified in the solicitation amendment dated September 25, 2024.
    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.
    H145--Backflow Preventer Inspection, Testing & Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for Backflow Preventer Inspection, Testing, and Repair services at the Carl Vinson VA Medical Center in Dublin, Georgia, under solicitation number 36C24725Q0060. The procurement aims to ensure that all backflow preventers comply with local, state, and federal regulations while maintaining operational integrity and safety standards within the facility. This contract, projected at a total award amount of $19 million, includes a base year starting November 1, 2024, with four option years, and emphasizes the importance of thorough documentation, staff qualifications, and minimal disruption to medical center operations. Interested contractors must submit their responses by September 30, 2024, at 3:00 PM Central Time, and can contact Contract Specialist Brenda Carter at brenda.carter6@va.gov 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.
    Z1DA-- 529-22-101 Replace Bldg. #7 Master Control Panel
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the replacement of the Master Control Panel in Building 7 at the Butler VA Medical Center, designated as Project 529-22-101. The procurement aims to select a contractor to provide comprehensive construction services, including demolition and installation, while adhering to strict safety, environmental, and regulatory standards. This project is critical for maintaining operational efficiency and safety within the facility, ensuring that services to veterans are not disrupted during the upgrade process. Proposals must be submitted electronically by November 1, 2024, at 3:00 PM EST, with an estimated contract value between $5 million and $10 million. Interested contractors can contact Amanda M. Murphy at amanda.murphy5@va.gov for further details.