H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST Answers to Solicitation Questions
ID: 36C26225Q0480Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, 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 proposals for a contract focused on wastewater sampling and analysis, specifically targeting Chemical Oxygen Demand (COD) testing. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to secure essential laboratory services that comply with federal contracting regulations. The contract will be performed at the Tibor Rubin VA Medical Center in Long Beach, California, with an estimated cost of $6,960.00 for FY2024. Interested parties must submit their responses by February 26, 2025, at 2:00 PM Pacific Time, and can reach out to Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.

    Point(s) of Contact
    Jeanette DedvukajContract Specialist
    jeanette.dedvukaj@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) for wastewater sampling and analysis services with an estimated total award amount of $19 million. The solicitation invites offers due by February 26, 2025, and emphasizes a preference for small businesses, specifically those that are service-disabled veteran-owned, women-owned, and HUBZone small businesses. The contract is set to commence on March 17, 2025, with options that may extend into 2030. Key responsibilities include conducting Chemical Oxygen Demand (COD) and Total Suspended Solids (TSS) tests, as well as providing 24-hour sampling services and invoice preparation. The submission process requires compliance with various Federal Acquisition Regulation (FAR) clauses and emphasizes electronic invoice submissions via the Tungsten Network. Participants must adhere to strict limitations on subcontracting and ensure compliance with various laws pertaining to procurement integrity and small business participation. The goal is to foster a competitive bidding environment while meeting governmental regulatory requirements. The document serves as a foundational tool for facilitating government contracts to support the VA's operational needs in environmental services and compliance.
    The Department of Veterans Affairs has issued a presolicitation notice for a contract involving wastewater sampling and analysis, specifically focusing on Chemical Oxygen Demand (COD) testing. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation, identified by number 36C26225Q0480, has a response deadline of February 26, 2025, at 2:00 PM Pacific Time, and work will be performed at the Long Beach Healthcare System in California. The relevant product service code is H146, and the NAICS code is 541380, which pertains to laboratories and testing services. The contracting office is located in Phoenix, Arizona, and interested parties are advised to contact Jeanette Dedvukaj for additional information. This notice seeks to procure essential services that adhere to federal contracting regulations while promoting participation from veteran-owned businesses.
    The document is a modification to a previous notice concerning a federal solicitation for wastewater sampling and analysis services, specifically focusing on Chemical Oxygen Demand (COD) testing. The solicitation falls under the Department of Veterans Affairs (VA), with the response deadline set for February 26, 2025, at 2:00 PM Pacific Time. The relevant solicitation number is 36C26225Q0480, categorized under Service Disabled Veteran Owned Small Business (SDVOSBC) set-aside. Key details include the contracting office located in Phoenix, Arizona, and the place of performance at the Tibor Rubin VA Medical Center in Long Beach, California. The document includes references to attached amendments and answers to solicitation questions, indicating ongoing communication and updates about the procurement process. This notice highlights the VA's commitment to procuring essential services in accordance with federal regulations while engaging small businesses, specifically those owned by service-disabled veterans.
    This document is an amendment/modification notice related to solicitation number 36C26225Q0480, issued by the Department of Veterans Affairs (NCO22-Network Contracting) in Phoenix, Arizona. Its primary purpose is to post responses to questions received during the designated question period, ensuring clarity for all potential offerors/bidders. The amendment includes instructions for acknowledging receipt, modifying offers based on this amendment, and outlines the next steps to ensure compliance. It reaffirms that all terms and conditions of the original solicitation remain in effect unless explicitly altered by this document. Attached information further details the specific inquiries related to water sampling and analysis. This summary underscores the government's commitment to transparency and efficiency in the procurement process, facilitating better communication and comprehension among interested parties in the federal contracting arena.
    The document details the Request for Quote (RFQ) and provides answers to queries regarding a new service contract. There is no incumbent for the service, as it has not been performed recently, with the last contract from over 30 years ago. The estimated contract cost for FY2024 is $6,960.00. The service site is confirmed to be land-based and can be visited with coordination from the Contracting Officer’s Representative. As this is a brand-new contract with no past service provider, any submission questions regarding qualifications indicate that while the ELAP certificate is typically held by laboratories, the government allows primary contractors to subcontract certified labs. This flexibility aims to streamline the procurement process, emphasizing the communication between potential contractors and the government regarding technical requirements and submission guidelines. Overall, the document encapsulates the preliminary interactions leading to a new contracting opportunity.
    The document outlines the delivery schedule for a shipment to the Department of Veterans Affairs, specifically to the Tibor Rubin VA Medical Center in Long Beach, California. It includes pertinent details such as the shipping address, the quantity of items to be delivered, the designated delivery date, and contact information for the individual responsible for receiving the shipment, Gabriel Devitt. The purpose of this delivery schedule is to ensure clear logistics and communication for the delivery of goods to the VA Medical Center, which serves veterans. Proper shipping information and accountability are emphasized, reflecting the need for compliance with federal RFP procedures and guidelines in government contracts. The structured delivery information is essential for maintaining smooth operations within government agencies and ensuring that veteran care services are supported through timely procurements.
    The document outlines the necessary vendor information required for federal government requests for proposals (RFPs), grants, and contracts. It includes sections for the requestor's details, service specifications, vendor identification, and business classification. Key components include the vendor's legal and mailing address, tax identification number, contact information, contract status, socioeconomic classification, acceptance of purchase cards, and registration with the Central Contractor Registration (CCR). Additionally, the vendor must provide corresponding unique identifiers, like the DUN and BRADSTREET NUMBER, and complete various mandatory fields to ensure eligibility to conduct business with the federal government. The form emphasizes the importance of compliance with federal administrative checks to avoid potential administrative actions against the vendor. Overall, this document serves as a foundational framework to streamline vendor registration and ensure proper adherence to federal contracting processes.
    The FMS Vendor File Request Form outlines the protocol for submitting vendor information to the VA, facilitating vendor registration and payment processing. The form requires detailed VA facility information, including station numbers and contact details, along with specific vendor classifications such as commercial, federal agency, or individual/honorarium. Critical data for payees includes a DUNS number, bank information for electronic funds transfer (EFT), and validation of small business status if applicable. Individuals must provide their current and previous addresses, along with bank account details. The processing time for submissions is typically 3-5 business days. For assistance, specific contact information for customer care and secure fax submission is provided. This form is essential for managing vendor relationships in accordance with federal guidelines and ensuring timely processing of financial transactions related to government contracts and grants.
    The document is a Form W-9, a Request for Taxpayer Identification Number and Certification from the Internal Revenue Service (IRS). It serves to collect the taxpayer identification number (TIN) from U.S. persons, including individual citizens and resident aliens, for the purpose of verifying their tax status and reporting income. Key sections include guidance on providing the correct TIN, certification of Non-subject to backup withholding, and details about various types of entities eligible to use the form. The form also outlines conditions under which individuals may be subject to backup withholding, as well as penalties for providing incorrect information. It emphasizes the importance of safeguarding personal information to prevent identity theft and describes various exceptions for exempt payees from backup withholding. This document is foundational for compliance in federal, state, and local contracting, as accurate taxpayer information is crucial for processing payments and grants within government contexts.
    Similar Opportunities
    H146--Hemodialysis Water Testing
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide hemodialysis water testing services at the VA Long Beach Healthcare System. The procurement aims to identify capable vendors, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB), to conduct essential tests for bacteria/colony count and LAL/endotoxin, adhering to the guidelines set forth in AAMI TIR-34 standards. This testing is critical for ensuring water quality in medical device reprocessing, which is vital for patient safety during hemodialysis treatments. Interested contractors must submit their responses by February 27, 2024, including company details, capability statements, and proof of certification if applicable. For further inquiries, contact Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or call 562-721-9577.
    H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties should direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov, with key deadlines for questions extended to February 24, 2025.
    Q301--36C26125Q0190 | Reference Lab Testing Services
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide comprehensive Reference Laboratory Testing Services for the Sacramento VA Medical Center. The procurement aims to secure a contractor responsible for specimen preparation, transportation, analytical testing, and reporting results, while ensuring compliance with regulatory standards and maintaining a valid chain of custody for clinical specimens. This opportunity is particularly significant as it supports the VA's commitment to delivering high-quality healthcare services to veterans, with a contract period spanning from April 2025 to March 2029. Interested small businesses, especially Service-Disabled Veteran-Owned and Veteran-Owned entities, must submit their responses, including capability statements and relevant certifications, by February 24, 2025. For further inquiries, potential contractors can contact LaDonna Collins at ladonna.collins@va.gov.
    J046--Sources Sought Notice - VA Loma Linda Healthcare System - Deionized Water and Reverse Osmosis Systems - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for a five-year contract opportunity to install and maintain deionized water and reverse osmosis systems at the VA Loma Linda Healthcare System. The procurement aims to identify capable Service Disabled Veteran Owned Small Businesses and other small businesses that can provide preventive maintenance, emergency repair services, and manage maintenance logs for existing water systems, ensuring timely replacements and 24/7 emergency services with a maximum four-hour response time. This initiative underscores the importance of maintaining critical water purification systems within healthcare facilities, emphasizing the government's commitment to engaging small businesses, particularly those owned by veterans. Interested vendors must submit their qualifications, including a capability statement, and register with the System for Award Management (SAM) to be considered, with inquiries directed to Contracting Specialist Koby Thiel at koby.thiel@va.gov or (520)-792-1450 Ext 1-6273.
    F108--36C26125Q0273 | Medical Waste Disposal Service VA Central California Health Care System | *Total SDVOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Medical Waste Disposal Services at the VA Central California Health Care System located in Fresno, CA. This procurement, valued at $47 million, is specifically set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base year along with four option years for service. The contract requires contractors to manage the removal and disposal of regulated medical waste, ensuring compliance with Environmental Protection Agency (EPA) guidelines, and includes stipulations for waste collection, record maintenance, and quality assurance. Interested parties must submit their proposals by March 3, 2025, at 10:00 AM Pacific Time, and can direct inquiries to Contracting Officer John Da Silva at John.Dasilva@VA.gov or by phone at 925-372-2000.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    H246--VACHS Critical Water Testing New Requirements 2025
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the Critical Water Testing and Monitoring Program at the Veterans Affairs Connecticut Healthcare System (VACHS), specifically for the West Haven and Newington facilities. The procurement aims to establish a comprehensive water testing program that adheres to the updated AAMI ST-108-2023 standards, requiring monthly sampling at critical locations to ensure the safety and efficacy of sterile medical processes. This initiative underscores the importance of rigorous water quality management in healthcare settings, particularly in sterile processing services. Interested Veteran-Owned Small Businesses (VOSBs) must submit their quotations by February 21, 2025, and can direct inquiries to Contract Specialist Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on pharmaceutical waste removal services at the Marion VA Medical Center and Evansville Health Care Center. The contract, valued at an estimated $47 million, is set aside exclusively for service-disabled veteran-owned small businesses and will encompass the collection and disposal of hazardous, non-hazardous, chemical, universal, and DEA drug waste, adhering to all relevant federal, state, and local regulations. This initiative underscores the importance of safe and compliant waste management practices within VA facilities, ensuring public safety and environmental protection. Interested vendors must submit their pricing and demonstrate the necessary qualifications by contacting Contract Specialist Lisa A Buchanan at Lisa.Buchanan1@va.gov, with the contract expected to commence in 2025.
    J046--36C262-25-AP-1648 | 664-25-2-5473-0009 | PMR Reverse Osmosis System | VA-25-00032332
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the maintenance of Reverse Osmosis (RO) systems and the exchange of deionized water tanks at the VA San Diego Healthcare System. The procurement aims to identify vendors capable of providing comprehensive maintenance, preventative inspections, and emergency services for RO systems, along with the rental and upkeep of water softener units, ensuring compliance with manufacturer specifications. This opportunity is crucial for maintaining the quality of water supply and treatment systems essential for healthcare operations. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, must be registered with the System for Award Management and respond to the notice by the specified deadline. For further inquiries, contact Contract Specialist Earl Henry at Earl.Henry@va.gov.
    6515--HEMODIALYSIS UNITS
    Buyer not available
    The Department of Veterans Affairs is seeking potential contractors to supply and maintain hemodialysis units for the Tibor Rubin VA Medical Center located in Long Beach, California. The procurement aims to identify qualified vendors, particularly Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses, capable of providing units that integrate with existing VA systems and offer features such as safety mechanisms, portability, and programmable operations. These hemodialysis units are critical for delivering essential medical care to veterans, ensuring real-time clinical alerts and enhancing patient safety. Interested contractors must submit detailed information, including company capabilities and relevant experience, by February 20, 2025, and can contact Contract Specialist Hanan McCullick at Hanan.Mccullick@va.gov or 562-766-2234 for further inquiries.