Q301--Legionella Testing for Edward Hines Jr. VA Hospital (VAH) located in Hines, IL.
ID: 36C25225Q0373Type: Solicitation
AwardedJun 3, 2025
$60K$60,000
AwardeeHGS ENGINEERING INC ANNISTON 36201
Award #:36C25225P0741
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella testing services for the Edward Hines Jr. VA Hospital located in Hines, IL. The procurement involves quarterly testing of potable water samples for Legionella bacteria, in compliance with VA Directive 1061, which emphasizes the importance of monitoring water quality to prevent health care-associated Legionella disease. This initiative is critical for ensuring patient safety and maintaining health standards within the facility, with an estimated contract value of $19 million. Interested parties must submit their quotes by May 5, 2025, at 10:00 AM CDT, and can direct inquiries to Contract Specialist Jerri L Schuster at jerri.schuster@va.gov.

    Point(s) of Contact
    Jerri L SchusterContract Specialist
    jerri.schuster@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for legionella testing services at the Edward Hines Jr. VA Hospital in Hines, IL. The contract, with an estimated value of $19 million, includes quarterly testing of potable water samples for legionella bacteria, in accordance with VA Directive 1061. Contractors are required to provide labor, materials, and recognize specific regulations regarding sample handling, reporting, and quality control. Key details include a site visit scheduled for April 29, 2025, a deadline for questions by April 30, 2025, and the submission date for quotes by May 5, 2025, at 10:00 AM CDT. The contract is structured for a base year with four optional renewal periods, emphasizing the importance of certified laboratories in water testing. Compliance with various federal acquisition regulations is mandated, particularly concerning small business participation. This initiative demonstrates the VA's commitment to ensuring patient safety through rigorous environmental monitoring. Key provisions highlight oversight, responsibilities, invoicing requirements, and adherence to facility policies to maintain regulatory compliance and operational integrity throughout the contract period.
    The Department of Veterans Affairs is preparing to issue a solicitation (36C25225Q0373) for Legionella Testing Services at the Edward Hines Jr. VA Hospital in Hines, IL, expected to be released around April 25, 2025. Interested parties must submit their quotes by May 5, 2025, at 10:00 AM Central Time. This procurement falls under the NAICS code 541380, which pertains to testing services. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The contracting office is located in Milwaukee, WI, and inquiries can be directed to Contract Specialist Jerri Schuster via email at jerri.schuster@va.gov. This presolicitation notice emphasizes the government's intent to ensure compliance and safety concerning Legionella risks within healthcare settings, thereby highlighting the importance of thorough testing and monitoring in VA facilities.
    The Department of Veterans Affairs (VA), through the Great Lakes Acquisition Center, is seeking contractors for legionella testing services at the Edward Hines Jr. VA Hospital in Hines, IL. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision for water testing in patient areas according to specified requirements. Interested parties must submit a capability statement by April 1, 2025, to the designated email address, as this notice is intended for market research purposes rather than a formal solicitation. The notice aims to assess the availability of qualified contractors under the North American Industry Classification System (NAICS) code 541380. Responses marked as proprietary will be treated accordingly, and no telephone inquiries will be addressed. This initiative reflects the government's proactive approach to ensuring safety and compliance in healthcare environments.
    This document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically related to contract 36C25225Q0373. The main purpose of this amendment is to extend the deadline for submitting offers from April 30, 2025, to May 5, 2025, at 10:00 AM CDT. The amendment outlines that all terms and conditions of the original contract remain unchanged except for this specific modification regarding the deadline. It emphasizes the importance of acknowledging the receipt of this amendment to avoid rejection of offers and provides instructions for acknowledgment. The document is structured to include various administrative details, such as project numbers, contracting office information, and signature fields. The modification reflects the VA's procedural compliance and ensures fair consideration for all offerors in the procurement process.
    The document outlines a modification to the solicitation for water testing services at the Edward Hines Jr. VA Hospital. The amendment extends the deadline for bid submissions from May 5, 2025, to May 8, 2025, at 10:00 AM CDT, and addresses vendor inquiries regarding the project's Statement of Work (SOW). The contractor is required to conduct quarterly water testing for Legionella in compliance with VA Directive 1061, which includes detailed sampling procedures and laboratory requirements. Testing will occur in designated buildings, and the contractor must return results within specific timeframes while adhering to quality control measures. The contractor’s laboratory must be certified by the CDC for Legionella testing and maintain detailed documentation throughout the testing process. The contractor must also pass background checks for personnel working on-site due to security requirements. Key aspects include necessary sampling volumes, reporting formats, and the requirement that samples be taken at various points in the water distribution system. The amendments clarify operational protocols to enhance understanding among bidders, emphasizing the importance of timely and accurate testing for patient safety in a healthcare environment.
    The document details the scheduled routine quarterly sampling of water sources within the VISN 12 Station 578, particularly focusing on the Fisher House residential complex. The samples are taken from sinks and showers across multiple floors, specifically to test for Legionella, a bacteria that can cause serious respiratory illnesses. Each sample is described with information about the source, temperature, and water type, emphasizing the importance of regular monitoring to ensure safety for residents. The sampling process involves collecting hot water after mixing valves and includes pH and biocide level assessments. Each entry records the sample ID, date, location, and the person retrieving the samples, indicating a structured approach to quality control. The document reflects compliance with health regulations and a commitment to public safety through systematic testing and monitoring. The ongoing nature of this sampling suggests a governance framework aimed at preventing potential health hazards in communal living environments. Overall, the purpose is to uphold health standards and possibly guide future interventions based on the analyzed data results.
    The document details the scheduled routine quarterly sampling for Legionella testing at VISN 12 Station 578. Various locations within the facility, specifically resident-occupied bathrooms, were analyzed for hot water sources, including sinks and showers. Multiple samples were taken across different rooms to ensure a comprehensive assessment of water safety, focusing on bacterial detection. The entries include data on water source, sample types, the purpose of sampling, sample volume, and lab details. Each sample was carefully cataloged, with records tracking the date of sampling, individual who collected the sample, and subsequent laboratory testing for Legionella presence. This ongoing monitoring underscores the commitment to maintaining public health standards in residential settings and ensuring safe drinking water, which is crucial in government and healthcare operations. The assessment aligns with broader public health goals, emphasizing the importance of routine checks to prevent health risks associated with waterborne pathogens.
    The document details routine quarterly water sampling at VISN 12 Station 578, focusing on potential Legionella contamination in various inpatient settings. The sampling protocol involves testing hot water from sinks and showers across multiple floors and rooms, ensuring safe water quality for patients. Each sample is systematically logged, specifying the source, type, and environmental conditions, including pH and biocide levels. This ongoing monitoring signifies the government's commitment to maintaining health standards within healthcare facilities by detecting and addressing microbial hazards. The results contribute to the overall assessment of water safety, guiding necessary interventions or changes in water management practices, reflecting adherence to public health policies and regulatory requirements.
    The document pertains to routine quarterly water sampling conducted at VISN 12 Station 578, aimed at evaluating the safety and quality of water sources in various hospital facilities. This sampling process involves assessing multiple sites, primarily sinks and showers, for Legionella bacteria—a significant health concern in healthcare settings. Each sample, taken from designated rooms and floors, is categorized by source and type, providing a structured overview of occupancy and potential contamination points. The sampling data includes details about water temperature, biocide types, and the qualifications of personnel handling the samples. The results are crucial for ensuring compliance with health standards, thus prioritizing patient safety. The consistent approach to routine sampling underscores governmental intentions to monitor and maintain public health in healthcare environments.
    The document details the routine quarterly sampling conducted at VISN 12 Station 578 for water quality within a Community Living Center. The samples, primarily from sinks and showers, aim to test for Legionella bacteria to ensure safety standards in resident areas. The sampling process includes both hot and cold water sources, focusing on specific locations such as B104, C141, and C169, among others. Each sample is identified by its respective building number and room, with specific attention to occupancy type and the biocide levels used during testing. The file indicates that PCR screening for Legionella was an option, although the results regarding detection are not specified. The purpose of this sampling initiative aligns with federal grant requirements and local health regulations to maintain water safety in healthcare environments. This proactive measure underscores the government's commitment to protecting public health in communal living facilities, ensuring that necessary testing procedures are consistently implemented to prevent waterborne pathogens.
    The document outlines a scheduled routine quarterly sampling plan conducted at VISN 12 Station 578, focusing on hot water sources in various rooms of a community living center. The sampling aims to monitor and assess water quality regarding Legionella risks for resident health and safety. Each sample, taken from different sinks and showers within the facility, is designated for Legionella testing using a PCR screening method. The report includes specific details such as sample dates, individual collecting the samples, and a list of rooms and their respective sample types. The comprehensive approach highlights the facility's commitment to ensuring water safety through regular monitoring and testing, which is crucial in preventing Legionella outbreaks. Furthermore, the structured methodology emphasizes compliance with federal health and safety standards. Regular monitoring is essential to mitigate potential health risks associated with Legionnaires’ disease, reflecting the facility’s obligation to provide a safe living environment for residents. Overall, the document underscores proactive measures taken to uphold public health standards in community care settings.
    The document outlines the routine quarterly sampling performed at VISN 12 Station 578, specifically focusing on various inpatient ward facilities. The sampling involves testing hot water sources from sinks and showers, aimed at detecting Legionella bacteria, which is a significant health concern in water systems. Data entries include multiple sample locations, such as room numbers and sample types, indicating an organized effort to monitor water quality to ensure patient safety. Each sample undergoes a detailed process including PCR screening and lab testing, with provisions for future molecular typing. The systematic approach underlines adherence to health regulations, aiming to mitigate risks associated with waterborne pathogens in healthcare settings, reflecting the federal commitment to maintaining high safety standards within VA facilities.
    The VHA Directive 1061(4) outlines the Veterans Health Administration's (VHA) policy for preventing health care-associated Legionella disease and scald injuries due to water systems in VA medical facilities. It emphasizes the importance of engineering controls, monitoring water quality, and implementing corrective actions to manage Legionella growth in both potable and non-potable systems. Key updates include clarified monitoring requirements, responsibilities of facility Water Safety Committees, and provisions for outdoor aerosol-generating systems. The directive specifies that each facility must maintain a Legionella disease prevention plan, conduct ongoing risk assessments, and ensure compliance with established standards regarding temperature and biocide levels in water distribution systems. It also addresses the importance of annual reviews and necessary training for staff involved in implementation. The directive serves not just as a guideline for current practices but also as a commitment to reducing the incidence of Legionella-related diseases among vulnerable individuals, primarily patients and staff at VHA facilities. The directive’s outlined policies and responsibilities obligate VHA officials and medical facility directors to prioritize risk management in water systems, ensuring safety through systematic monitoring and reporting of Legionella cases. Overall, it reflects the VHA's dedication to safeguarding the health of veterans and visitors within its care.
    The document outlines Wage Determination No. 2015-5017, issued by the U.S. Department of Labor, detailing wage and fringe benefit requirements under the Service Contract Act for contracts in Illinois, specifically in Cook, Du Page, and McHenry counties. It establishes minimum wage rates in compliance with Executive Orders 14026 and 13658, requiring contractors to pay at least $17.75 per hour for contracts starting or extending after January 30, 2022, or $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document lists numerous job classifications and corresponding wage rates, with stipulations on health and welfare benefits, vacation, and holiday provisions. It also describes the conformance process for unlisted occupations and the eligibility for additional compensation in certain hazardous roles. This comprehensive guidance aims to ensure that contractors adhere to federal labor standards, enhancing protections for workers under government contracts, thus reinforcing labor rights and fair compensation.
    Similar Opportunities
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    S222--New: 5-Year Ordering Period (01/01/2026 - 12/31/2030) Regulated Medical Waste (RMW) and Sharps Collection and Disposal Services for the Edward Hines Jr VA Hospital (Hines, IL) and its affiliated CBOCs.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide regulated medical waste (RMW) and sharps collection and disposal services for the Edward Hines Jr VA Hospital in Hines, Illinois, along with its affiliated Community-Based Outpatient Clinics (CBOCs). The procurement involves a five-year ordering period from January 1, 2026, to December 31, 2030, during which the contractor will be responsible for the weekly collection of various types of medical waste and the provision of reusable, leak-proof containers, ensuring compliance with all relevant federal, state, and local regulations. This contract is critical for maintaining health and safety standards within the VA facilities, with a minimum guarantee of $1,000 and a ceiling of $1,500,000. Interested parties must submit their quotes by December 16, 2025, and are encouraged to attend a site visit scheduled for December 3, 2025; for further inquiries, contact Contract Specialist Scott D Sands at Scott.Sands2@va.gov.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    6505--LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB (VA-26-00008212)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking small business vendors to supply LEVOFLOXICIN 750MG / DEXTROSE 5% 150ML, IVPB, as part of solicitation number 36C77026Q0005. This procurement involves delivering a total of 1,460 boxes of the pharmaceutical product to the VA CMOP facility in Hines, Illinois, with a base period and four option years, each requiring delivery by January 5th of the respective year. The goods are critical for patient care within the VA healthcare system, emphasizing the importance of timely and compliant delivery. Interested vendors must submit their proposals, including a signed SF 1449, pricing schedule, and other required documentation, by December 16, 2025, at 3 PM Central Time, and can direct inquiries to Contract Specialist Jennifer Coleman at Jennifer.Coleman4@va.gov.
    Z1DA--578-15-008 Update Wayfinding Signage Hines CON
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to update wayfinding signage at the Edward Hines Jr. VA Hospital in Hines, Illinois, under Project Number 578-15-008. The project involves replacing outdated and non-compliant signage with new interior and exterior wayfinding signs, ensuring clear navigation for Veterans, families, visitors, and staff across the hospital and its Community Based Outpatient Clinics (CBOCs). This initiative is crucial for enhancing accessibility and improving the overall experience within the facility, with a contract value estimated between $5 million and $10 million. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids by January 28, 2026, at 1:00 PM CST, and are encouraged to attend a mandatory pre-bid conference and site visit on December 16, 2025, at 10:00 AM CST. For further inquiries, contact Contracting Officer Juan C. Gaytan at Juan.gaytan@va.gov or by phone at 224-610-3644.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.