Q301--Notice of Intent to Sole Source -Environmental & Personnel Sampling & Reporting Albany VA Medical Center, Albany, NY Base plus 4 Year Option
ID: 36C24225Q0389Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole source contract to US Micro-Solutions, Inc. for environmental and personnel sampling and reporting services at the Albany VA Medical Center in Albany, NY. This contract, which encompasses a base year plus four option years, is essential for compliance with United States Pharmacopeia (USP) Chapter 797, ensuring sterile environments through monthly microbiological testing and detailed reporting. Interested small businesses, particularly those owned by veterans, are encouraged to demonstrate their capabilities, although the government does not guarantee funding or a solicitation based on responses. For further inquiries, interested parties can contact Contract Specialist Julie Monagan Barnard at julie.monaganbarnard@va.gov or by phone at 607-590-1325.

    Point(s) of Contact
    Julie Monagan BarnardContract Specialist
    (607) 590-1325
    julie.monaganbarnard@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole source contract to US Micro-Solutions, Inc. for environmental and personnel sampling and reporting services at the Albany VA Medical Center. This contract will cover a base year plus four option years and is necessitated by compliance with United States Pharmacopeia (USP) Chapter 797, which outlines standards for sterile environments. The contractor's services will include monthly environmental surface sampling and personnel sampling to ensure compliance with aseptic techniques. The scope of work consists of obtaining microbiological testing services compliant with USP 797, with detailed reports delivered to the pharmacy. Specific testing methods, including the single plate method for bacteria and fungus and media fill testing, are outlined, along with the necessity for timely reporting of results. Responses for this solicitation are encouraged from qualified small businesses, particularly those owned by veterans. Interested parties must demonstrate their capability to meet the requirements and provide supporting documentation. The summary clarifies that the government does not guarantee to fund this contract, nor is it committed to issuing a solicitation based on responses received. The primary NAICS code for this acquisition is 541380, with a threshold of $19 million.
    Similar Opportunities
    J065--FY25 SERVICES (1YR) BIO-RAD SERVICE CONTRACT (VA-25-00047665)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the maintenance of the Bio-Rad Evolis Vitamin D Analyzer at the Stratton VA Medical Center in Albany, NY. This contract will encompass a firm fixed-price agreement that includes preventative maintenance visits, repairs, and necessary parts for the VA-owned equipment, with a base period and four additional option periods. Ensuring the operational readiness of medical equipment is crucial for the VA's mission, and this initiative reflects their commitment to maintaining high standards of service. Interested service providers, particularly Service Disabled Veteran Owned, Veteran Owned, or other small businesses, are encouraged to demonstrate their capabilities by contacting Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373.
    F999--NRM - CONST 528-811 | AIR MONITOR FOR CONSOLIDATE PRIMARY CARE PHASE 1
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for air monitoring services related to asbestos abatement at the Stratton VA Medical Center in Albany, NY, as part of the Consolidate Primary Care Phase 1 project. The selected contractor will be responsible for developing air monitoring plans, conducting daily air sampling, and ensuring compliance with federal regulations during the renovation activities, which include the construction of new patient care facilities. This procurement is particularly significant as it addresses health risks associated with asbestos exposure, emphasizing the importance of safety and regulatory adherence in construction projects. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by March 6, 2025, with the contract expected to span from April 2025 through February 2026. For further inquiries, Tony Clemente, the Contracting Officer, can be reached at Tony.Clemente@va.gov or by phone at 518-258-5483.
    C1DA--528A8-23-811 AIR MONITOR RENOVATE FOR CT A221-A223
    Buyer not available
    The Department of Veterans Affairs is preparing to issue a presolicitation for an air monitor renovation project at the Stratton VA Medical Center in Albany, New York. This project aims to enhance patient care by replacing existing CT machines and renovating rooms A221-A223, necessitating the services of a Certified Industrial Hygienist (CIH) to oversee the abatement of hazardous materials, specifically asbestos and lead paint, during construction. The procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 541620 and a project magnitude of less than $25,000. Interested parties can expect the solicitation to be posted around mid-May or June 1, 2025, and should direct inquiries to Terry Fraser at terry.fraser@va.gov or by phone at 518-626-5161.
    Legionella and SPS water Testing for Roseburg and Eugene VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Legionella and Safety Potable Systems (SPS) water testing services for the Roseburg VA Healthcare System, with the contract identified under solicitation number 36C26025Q0267. The procurement aims to ensure comprehensive water testing in compliance with Veterans Health Administration directives, requiring the contractor to utilize an accredited laboratory for sample analysis and to provide all necessary labor and materials. This service is critical for maintaining safe water quality standards within the healthcare system, emphasizing the importance of prompt response times and quality monitoring. The contract, valued at up to $17.5 million, is set for a base year from April 1, 2025, to March 31, 2026, with four additional option years, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should contact Brian Millington at brian.millington@va.gov for further details.
    F108--Brooklyn VAMC Bldg. 14 Mold Analysis, Abatement, & Remediation (VA-25-00051921)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for mold analysis, abatement, and remediation services at Building 14 of the Brooklyn Veterans Affairs Medical Center, under solicitation number 36C24225Q0399. This project is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal contracting. The contractor will be responsible for ensuring safety during repairs, adhering to OSHA and VA standards, and managing the proper disposal of debris, with a projected construction cost ranging between $500,000 and $1 million. Interested bidders must be registered as SDVOSB in the System for Award Management (SAM) and are required to submit a bid bond of at least 20%. The solicitation is anticipated to be released around March 7, 2025, and inquiries can be directed to Charlie Augustin at Charlie.Auagustin@va.gov or by phone at 718-526-1000 X2298.
    6640--AutoMicrobiological Blood Culture Testing/Systems (CPT) VISN 15
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Cost Per Test (CPT) for Automated Microbiological Blood Culture Testing/Systems across multiple facilities under VISN 15. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small businesses capable of supplying testing equipment, reagents, maintenance, and personnel training, all compliant with FDA standards and the Clinical Laboratory Improvement Act. This initiative is crucial for enhancing healthcare services for veterans, ensuring reliable and efficient testing processes. Interested parties must respond by March 7, 2025, and are required to be registered in the System for Award Management (SAM); for further inquiries, contact Contract Specialist Maria Riza Owen at maria.owen2@va.gov or call 913-946-1122.
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    R428--INDUSTRIAL HYGIENE SERVICES INTENT TO SET ASIDE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking proposals for Industrial Hygiene Services, with a focus on a set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will cover a range of services including analytical and technical consulting on indoor air quality, asbestos, lead, and mold assessments, with an initial term of one year starting March 1, 2025, and four additional one-year options. This procurement is crucial for maintaining safe working environments within VA facilities and ensuring compliance with health regulations. Interested contractors should note that the deadline for quote submissions has been extended to March 14, 2025, at 12:00 PM EDT, and must acknowledge receipt of the amendments to the solicitation. The total expected award amount for this contract is approximately $19 million, and inquiries can be directed to Contract Specialist Warren A Pennil at warren.pennil@va.gov.
    S222--Regulated Medical Waste and Reusable Sharps Removal-630 NYH (VA-25-00009117)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide regulated medical waste and reusable sharps removal services at the New York Harbor Healthcare System, specifically at the Brooklyn Campus. This presolicitation notice indicates the VA's intent to solicit proposals for essential waste management services, ensuring compliance with health and safety regulations within healthcare settings. The procurement falls under the SBA Total Small Business Set-Aside category, emphasizing support for small businesses, with a response deadline set for March 31, 2025, at 11:00 AM Eastern Time. Interested parties can contact Contract Specialist Michelle Harsch at Michelle.Harsch@va.gov or by phone at 716-862-7373 for further information.
    J061--Notice of Intent to Sole Source - Heat & Power (CHP) Maint Albany VA Medical Center, Albany NY Base Plus 4 Year Option
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Martin Energy Group Services LLC for the maintenance and support of the Combined Heat and Power (CHP) system at the Albany VA Medical Center in New York. This contract will encompass a base year plus four option years, focusing on full-service preventive maintenance, repairs, and operational support of the gas-fired CHP unit, in compliance with manufacturer specifications. The contractor will be responsible for providing necessary labor and materials, remote monitoring of the unit, and ensuring ongoing qualifications as authorized by the equipment's OEM. Interested parties must notify the Contracting Officer, Julie Monagan Barnard, via email within 10 days to demonstrate their capabilities and qualifications, particularly if they hold veteran-owned or small business classifications.