DOCUMENT
B -- STERILITY TESTING-Dialysis Unit Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011. Dental Clinic Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011. - Attachment
- Notice Date
- 1/21/2015
- Notice Type
- Attachment
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Contracting Officer (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24715N0249
- Response Due
- 1/30/2015
- Archive Date
- 5/9/2015
- Point of Contact
- Janica Francis-Hunter
- E-Mail Address
-
ment
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice: WATER SAMPLING AND ANALYSIS DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 541380, Testing Laboratories (size standard $14 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: 1. Background: Ralph H. Johnson (RHJ) VA Medical Center has various operating units which require regularly scheduled water quality sampling of their process water. These operating units require environmental analysis of water cultures to be in compliance with their certification. Sampling will be requested to satisfy requirements set forth by the following standard ANSI/AAMI/ISO 23500:2011. 2. Scope: The contractor shall perform water quality sampling and analysis on a monthly and quarterly basis for the various needs of the medical center including dialysis and dental process water. Prior to each monitoring/testing/analysis the contractor must provide a cost estimate for the requested tasks(s). Projected quote is preferred. Service shall be provided within two working days of accepted quote. 3. Task: The contractor shall perform the following samples: a.Dialysis Unit Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 b.Dental Clinic Process Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011 3.1. Performance: Perform water quality sampling and analysis for RHJ VA Medical Center. a.All samples shall be analyzed by a laboratory accredited by ANSI/AAMI/ISO 23500:2011. b. Each sampling session will be conducted during normal business hours, Monday thru Friday 8 AM thru 4:30 PM. Each sampling request will be scheduled with Alan East, GEMS Coordinator, who will serve as the contracting officer's technical representative (COTR). Preference of 24 hour turnaround time, when possible. c.Upon receipt laboratory results shall be emailed directly to the COTR immediately. 4. Reports: A written report will be issued for each sampling session and an electronic copy via e-mail provided to COTR, within 10 days of the receipt of laboratory results. Each session's report will include at a minimum the date, time and name of the personnel, narrative of work practices used, results of sampling, location where samples were collected, narrative interpretation of laboratory results, a comparison chart or table showing results of all sampling by date and sample location, laboratory results and a closed chain of custody. 5. Personnel Qualifications: This sampling may be performed by personnel certified to perform sampling according to ANSI/AAMI/ISO 23500:2011. 6. Contractor Qualification: Contractor shall have at least 3 years of successful experience in conducting the above listed water sampling. Experience shall be verified by having at least two references complete and return the Past Performance Survey directly to the contracting office no later than the closing date of the solicitation. Contractors must be within the commuting area, no further than 100 miles, to minimize travel costs. 7. Equipment: Contractor shall utilizing appropriate testing equipment, cultures, media or any other supplies necessary for collection, testing and analysis of water culture samples. 8. Contractor Pricing: Upon need of each individual sampling service the COTR will be call the contractor to discussed specific needs. The contractor can then quote price via service agreement, prior to the sampling start day. Upon COTR signature of service agreement sampling service shall begin, within two working days. Contractor should supply analytical/lab cost for each type of sample and labor costs for each position description to be conducing sampling. 9. Place of Performance: Main Facility-Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC 29401 10. Period of Performance: Base Year plus 4-One Year Options 11. Contract Performance Monitoring: The government reserves the right to monitor services in accordance with Performance Based Matrix. 12. Invoices: Vendors will submit invoices electronically to the Financial Services Center (FSC) on of two methods below: a.The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. For information on OB10 electronic invoicing set-up, vendors should call 877-752-0900, or email USClientServices@ob10.com b.A system that conforms to X12 electronic data interchange (EDI) format established by the Accredited Standards Center. For FSC e-invoicing information, please call 877-353-9797 or email vafsccshd@va.gov. 13. Records Management Language for Contracts: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. j.Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform Water Sampling and Analysis for CFU according to ANSI/AAMI/ISO 23500:2011described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 11:00am EST, Friday, January 30, 2015. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Water Sampling and Analysis" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715N0249/listing.html)
- Document(s)
- Attachment
- File Name: VA247-15-N-0249 VA247-15-N-0249.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1821809&FileName=VA247-15-N-0249-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1821809&FileName=VA247-15-N-0249-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-15-N-0249 VA247-15-N-0249.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1821809&FileName=VA247-15-N-0249-000.docx)
- Place of Performance
- Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN03621546-W 20150123/150121235440-2e42317d654128d2102841815fe130c4 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |