Q301--BSL3 Site Survey and Certification
ID: 36C26024Q0907Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

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 a BSL3 Lab Site Survey and Inspection at the Portland VA Medical Center, with this opportunity designated as a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The procurement aims to ensure compliance and operational readiness of the laboratory environment, which is critical for public health infrastructure. Interested vendors are invited to a site visit on September 10, 2024, at 10:00 A.M., with responses due by September 13, 2024, at 3:00 P.M. Pacific Time. For further inquiries, vendors can contact Contracting Officer Derek Crockett at Derek.Crockett@va.gov or by phone at 360-816-2760 x32760.

    Point(s) of Contact
    Derek CrockettContracting Officer
    360-816-2760 x32760
    Derek.Crockett@va.gov
    Files
    Title
    Posted
    The presolicitation notice outlines a federal contract opportunity for a BSL3 Lab Site Survey and Inspection at the Portland VA Medical Center, designated as a total SDVOSB set-aside. Interested vendors can attend a site visit scheduled for September 10, 2024, at 10:00 A.M. The contract is identified by solicitation number 36C26024Q0907, with responses due by September 13, 2024, at 3:00 P.M. Pacific Time. The contract falls under the Product Service Code Q301 and NAICS Code 541380, indicating professional services related to laboratory environments. The notice emphasizes that detailed solicitation postings and attachments will provide further information to potential bidders. This opportunity reflects the government's commitment to engaging service-disabled veteran-owned small businesses in crucial public health infrastructure projects.
    The document outlines a Request for Quotation (RFQ) issued by the Department of Veterans Affairs for BSL3 laboratory inspection and testing services at the Portland VA Medical Center. The contract is exclusively set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and requires contractors to have relevant certifications and experience in lab certification. Offerors must submit quotes via email by the specified deadline and participate in an on-site visit scheduled prior to the due date. The scope of work includes conducting a site survey, comprehensive ventilation assessment, HEPA filter testing, and generating documentation to validate compliance with Biological Safety Level 3 (BSL3) standards. The tasks must be completed within 30 days from the Notice to Proceed (NTP). Rigorous performance monitoring and a clear certification process involving a Government point of contact are emphasized to ensure quality and compliance. Overall, the document serves as a formal invitation for bids aimed at enhancing laboratory safety protocols within the VA system while promoting opportunities for veteran-owned businesses in government contracting.
    This document serves as an amendment to a solicitation issued by the NCO 20 Network Contracting Office concerning a specific project associated with a BSL-3 laboratory. The amendment's primary purpose is to address vendor inquiries regarding the lab's specifications and operational features. Key responses include confirmation that the lab consists of one zone, has an exhaust fan (but no dedicated air-handling unit), and that there is a HEPA bank filter present. Furthermore, it states that bidders will have access to a local Building Automation System technician for assistive measures. The amendment ensures that all other terms of the contract remain unchanged and emphasizes the importance of acknowledging the amendment to avoid offer rejections. This document follows standard contractual procedures as outlined in federal regulations and reflects the structured process inherent in government RFPs.
    The Register of Wage Determinations under the Service Contract Act, issued by the U.S. Department of Labor, outlines wage rates and compliance requirements for federal contracts across specific regions in Oregon and Washington. Key points include the stipulations under Executive Orders 14026 and 13658 regarding minimum wage standards, mandating a minimum of $17.20 per hour for contracts starting after January 30, 2022, or $12.90 for those awarded between January 1, 2015, and January 29, 2022. Additionally, fringe benefits, including health and welfare compensation, vacation, and paid sick leave, are specified to ensure worker protections. The document lists various occupations with corresponding wage rates, emphasizing a structured format that defines worker classifications under the Service Contract Act. It necessitates adherence to provisions for unlisted job classifications through a formal conformance process, promoting compliance with federal laws regarding worker compensation. Overall, the document provides essential guidelines and wage determinations critical for contractors engaging in federal contracts, ensuring fair labor practices and adherence to relevant employment standards in government solicitations and grants.
    The document outlines a scheduled site visit for potential offerors to inspect the BSL3 Lab at the Portland VA Medical Center. The visit is set for September 10, 2024, at 10:00 AM and aims to allow contractors to familiarize themselves with the site and its equipment. Attendance is encouraged but not mandatory. Visitors will not engage socially or receive training during the visit. Photography is prohibited, and questions regarding the solicitation must be submitted separately by a specified deadline. Contractors are responsible for their personal protective equipment (PPE) as it is required for a BSL3 environment, and the government will not be liable for any injuries. Attendees must park in designated areas and confirm their attendance ahead of time. The document emphasizes that the site visit is a one-time opportunity, and no accommodations will be provided for those who cannot attend. The importance of punctuality and adherence to access protocols is stressed to ensure a smooth visit. This site visit is part of the overall process for vendors looking to submit proposals for the upcoming BSL3 Lab Services solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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 VISN 04 network. 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, thereby improving healthcare outcomes for veterans. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by April 25, 2024, and direct any inquiries to Amanda Saunders at amanda.saunders@va.gov or (412) 822-3731.
    White City VAMC Damper and Detector Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for fire safety damper and detector inspection services at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The project requires comprehensive inspections of life/safety support devices, including smoke and heat detectors, in accordance with National Fire Protection Association (NFPA) standards. This initiative underscores the importance of maintaining safety measures in healthcare facilities, particularly those serving veterans, and is set aside exclusively for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) with a total award amount of $41.5 million. Interested parties must submit their quotes by September 17, 2024, and direct any questions to Brian Millington at brian.millington@va.gov by September 13, 2024.
    Q301--Dental Water Testing Roseburg/Eugene
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Dental Water Testing Services for the Roseburg VA Medical Center in Oregon. The contract will be awarded under a Firm Fixed Price model, covering an initial period of one year with four optional one-year extensions, and is exclusively set aside for small businesses under NAICS code 541380, which pertains to Testing Laboratories and Services. This procurement is crucial for ensuring the safety and compliance of dental water systems within the facility. Interested vendors should prepare for the anticipated solicitation release on or around September 11, 2024, with responses due by September 20, 2024, at 3 PM Pacific Time. For further inquiries, vendors can contact Contract Specialist Craig Brown at craig.brown7@va.gov or 360-696-4061 EXT 31504.
    Q515--Medical Technologists On-Site Services TVHS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for on-site Medical Technologist or Medical Laboratory Technician services at the Tennessee Valley Healthcare System (TVHS) facilities located in Nashville and Murfreesboro, Tennessee. The procurement aims to fill up to five positions under solicitation number 36C24924R0097, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will adhere to FAR Part 13 guidelines. These services are crucial for providing quality healthcare to veterans, ensuring timely and accurate laboratory results. Interested firms must be registered in the System for Award Management (SAM) to submit proposals by October 4, 2024, with the anticipated solicitation release date on or about September 5, 2024. For inquiries, contact Melvin Cole via email at melvin.cole@va.gov, as phone calls will not be accepted.
    White City VAMC Damper and Detector Inspection and Cleaning
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to perform inspection, cleaning, and testing of fire safety dampers and detectors at the White City Veterans Affairs Medical Center (VAMC) in Oregon. The contract requires compliance with various National Fire Protection Association (NFPA) standards and includes a comprehensive inventory of fire and smoke detection systems across multiple buildings, as detailed in the attached documentation. This initiative underscores the VA's commitment to maintaining a safe environment for both staff and patients while promoting veteran entrepreneurship. Interested parties can contact Brian Millington at brian.millington@va.gov for further details, with an estimated contract value of $41.5 million and a performance timeline of 18 calendar days starting 30 days post-award.
    Z2DA--653-21-102 Bldg. 3 Seismic Retrofit and Renovation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the seismic retrofit and renovation of Building 3 at the Roseburg VA Medical Center in Oregon. This project, designated as 653-21-102, aims to modernize the facility while ensuring compliance with safety and accessibility regulations, including the installation of new mechanical systems, structural enhancements, and energy-efficient upgrades. The initiative is particularly significant as it reflects the government's commitment to improving healthcare infrastructure for veterans, with a contract value estimated between $10 million and $20 million. Proposals are due by September 16, 2024, with a mandatory site visit scheduled for August 30, 2024; interested parties should contact Contract Officer Stephen E. Slaby at Stephen.Slaby@va.gov for further details.
    6640--BD MAX REAGENTS STL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide molecular testing and extraction supplies for the BD MAX instrument at the St. Louis VA Medical Center. This procurement involves a Firm Fixed Price Blanket Purchase Agreement (BPA) for specific reagents necessary for nucleic acid detection and extraction, with an estimated contract duration of one base year and four optional yearly ordering periods, commencing from November 1, 2024, to October 31, 2029. The supplies are critical for ensuring uninterrupted patient care operations, and interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their responses by September 20, 2024, to Contract Specialist Michael P. Murphy at michael.murphy7@va.gov. The government does not guarantee any contract awards based on this notice, which serves solely for market research purposes.
    Q301--Renal Transplant Reference Lab Lab - Portland - POP: 9/30/24-9/29/29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Reference Laboratory Services for Transplant Infectious Disease Testing at the Portland facility. This procurement aims to establish a contract for laboratory testing services that are critical for managing renal transplant patients and ensuring their health and safety. The contract period of performance is set from September 30, 2024, to September 29, 2029, and interested parties can direct inquiries to Contract Specialist Hector D. Gonzalez at hector.gonzalez1@va.gov for further details.
    692-CSI-101 New MRI Site Prep
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the "692-CSI-101 New MRI Site Prep" project, which involves site preparation for new MRI installations at the White City SORCC and Portland VA Medical Center in Oregon and Washington. The project requires extensive civil work, including site grading, utility adjustments, and the installation of modular MRI units, with a focus on adhering to safety and environmental regulations. This procurement is critical for enhancing medical imaging capabilities at the VA facilities, ensuring that veterans receive timely and effective healthcare services. Interested contractors should contact Meredith F. Valentine at Meredith.Valentine@va.gov or Helen Woods at Helen.Woods@va.gov, with proposals due by September 20, 2024, following organized site visits.
    C1DA-- Expand Laboratory Services in Building One D-Wing Providence VA Medical Center (VAMC) Providence, RI. Project 650-351 Minor-Design
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for a design project to expand laboratory services in Building One D-Wing at the Providence VA Medical Center (VAMC) in Providence, Rhode Island. The project involves conducting site visits, field investigations, and user interviews to prepare comprehensive drawings, specifications, and cost estimates for the renovation and expansion of the existing laboratory space, which includes approximately 8,260 square feet of new construction and 2,200 square feet of renovated space, along with necessary electrical and HVAC upgrades. This initiative is crucial for accommodating new laboratory equipment and enhancing operational efficiency, with a projected contract value between $10 million and $20 million. Interested firms must submit their capabilities statements electronically by September 20, 2024, to the primary contact, Doniver G. Hamilton, at Doniver.Hamilton@va.gov.