Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
DOCUMENT

H -- Dental Unit Waterline Sampling - Attachment

Notice Date
1/26/2018
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
36C24618Q0339
 
Response Due
1/31/2018
 
Archive Date
5/10/2018
 
Point of Contact
Takira Peoples
 
E-Mail Address
5-3982<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24618Q0339 Posted Date: January 26, 2018 Response Date: January 31, 2018 @ 16:30PM Product or Service Code: H165 - Quality Control Services/Medical, Dental and Veterinary Set Aside (SDVOSB/VOSB): Service Disabled Veteran Owned Business NAICS Code: 541620 - Environmental Consulting Services Contracting Office Address Network Contracting Office 6 100 Emancipation Drive Hampton, VA 23667 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 541620 (Environmental Consulting Services), with a small business size standard of $15 Million. The Fayetteville Veterans Affairs Medical Center, located at, 2300 Ramsey Street, Fayetteville, NC 28301, is seeking to purchase services that provide Dental Unit Waterline sampling. All interested companies shall provide quotations for the following services: Dental Unit Waterline Sampling Statement of Work: General Requirements. The contractor shall conduct monthly mandated bacterial waterline sampling from dental chairs (including the cavitrons), for 12 months, at the VA Medical Center, Fayetteville, NC and the Wilmington Health Care Center (WHCC) Dental, Wilmington, NC. The Contractor shall provide all transportation, shipping, water containers, testing media, tools, specialized equipment, personal protective equipment, labor, supervision, laboratory analysis, and technical expertise to accomplish all the tasks detailed below in paragraph 2 related to perform monthly mandated bacterial waterline sampling. The Environmental Protection Agency (EPA), American Public Health Association, and the American Water Works Association have defined the standard for U.S. potable water as not to exceed 500 colony forming units (CFUs) per Milliliter (mL) of water. The Centers for Disease Control and Prevention (CDC), and the American Dental Association (ADA) have recommended Dental Unit Waterlines (DUWLs) deliver water that meets the U.S. potable water standard not to exceed 500 CFU/mL of water. Period of Performance: The period of performance will be from March 1, 2018 to February 28, 2019, plus 3 pre-priced one year option periods. Coordination. A Contracting Officer s Representative (COR) from the Safety Office shall be the Fayetteville VAMC point-of-contact for this contract. Specific Requirements. The contractor shall collect 5 water samples each from the Dental Unit Waterlines (DUWLs) of 13 dental chairs and the accompanying cavitrons. Once collected, the contractor shall perform analyses on these samples to ensure that the water meets the U.S. potable water standard. Results shall be provided to the COR within 5 working days after the samples are collected. Testing shall be monthly and total, at minimum, 380 samples per year. Work on this contract shall be accomplished on a Monday or a Tuesday between the hours of 11:30 AM and 1:00 PM once a month. Visits shall be confirmed with the Dental department 1 week in advance. Any testing outside the prescribed hours must be coordinated and approved through the COR. See schedule below: Fayetteville Veterans Affairs Medical Center (FAMC) The schedule includes a set of 5 samples from 13 separate dental chairs and cavitrons (5 samples per unit). Samples shall be taken from 4 units during the first month of the quarter; 4 units during the second month of the quarter; with the remaining 5 units taken the last month of each quarter. Wilmington Health Care Center (HCC) The schedule includes a set of 5 samples from 6 separate dental chairs and cavitrons (5 samples per unit). Samples shall be collected from all 6 units once every 3 months. The Contractor shall check-in for badging each visit with VA Police Services and then proceed to the Dental Clinic. The Contractor shall check-out in the same manner no-later-than 3:30PM each visit, unless other arrangements are made with the COR. Note: The contractor shall not perform services on-site on the following holidays: New Year s Day, Martin Luther King Jr. s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day. Certifications. Contractor s laboratory shall be and remain certified by the Environmental Protection Agency or state of North Carolina to perform this type of environmental testing. Certification paperwork will be kept in the formal contract files (i.e., Contracting Officer and COR), and validated annually. Retesting. Each contract year shall include a separate estimated (As required) line item for retesting. The contractor shall retest any samples from dental chairs and/or cavitrons with a result greater than 500 CFU per mL of water. All DUWLs for that unit shall be retested along with an initial test on the reservoir. The contractor shall be notified that all line treatments and cleaning are complete by Dental Service. Once equipment has been cleaned, the COR shall notify the Contractor to accomplish retesting. Retesting shall be conducted within 24-hours of the notification or on the next business day; whichever is sooner. Retesting results will be provided within 5 business days. Schedule of Services Line Item Facility Dental Clinic Description Qty Unit Pricing per unit Total Cost Base Year March 1, 2018 February 28, 2019 0001 FNC VAMC Monthly sampling and analysis (65 tests per quarter) for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 260 EA 0002 WHCC Quarterly sampling and analysis (30 tests per quarter), for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 120 EA Total Cost Base year: Line Item Facility Dental Clinic Description Qty Unit Pricing per unit Total Cost Option Year 1 - March 1, 2019 February 29, 2020 1001 FNC VAMC Monthly sampling and analysis (65 tests per quarter) for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 260 EA 1002 WHCC Quarterly sampling and analysis (30 tests per quarter), for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 120 EA Total Cost Option 1: Line Item Facility Dental Clinic Description Qty Unit Pricing per unit Total Cost Option Year 2 March 1, 2020 February 28, 2021 2001 FNC VAMC Monthly sampling and analysis (65 tests per quarter) for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 260 EA 2002 WHCC Quarterly sampling and analysis (30 tests per quarter), for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 120 EA Total Cost Option 2: Line Item Facility Dental Clinic Description Qty Unit Pricing per unit Total Cost Option Year 3- March 1, 2021 February 28, 2022 3001 FNC VAMC Monthly sampling and analysis (65 tests per quarter) for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 260 EA 3002 WHCC Quarterly sampling and analysis (30 tests per quarter), for Heterotrophic Plate Count (HPC) testing in accordance with Standard Method HPC 9215A. HPC Testing includes collecting, lab analysis, reporting and shipping. 120 EA Total Cost Option 3: The delivery/task order period of performance is March 1, 2018 February 28, 2019, plus 3 pre-priced one year option periods. Services shall begin March 1, 2018. The contractor shall perform line items 0001, 1001, 2001, and 3001 to FNC VAMC Fayetteville VAMC, 2300 Ramsey Street, Fayetteville, NC 28301. The contractor shall perform line items 0002, 1002, 2002, and 3002 to WHCC Wilmington Health Care Center, 1705 Gardner Road, Wilmington, NC 28405. Place of Performance Address: 2300 Ramsey Street Postal Code: 28301 Country: UNITED STATES Award shall be made to the vendor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Past performance Technical capability Price The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: Addendum to FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) FAR 52.217-3, Evaluation Exclusive of Options (APR 1984) FAR 52.217-4, Evaluation of Options Exercised at Time of Contract Award (JUNE 1988) FAR 52.217-5, Evaluation of Options (JUL 1990) VAAR 852.270-1, Representatives of Contracting Officers (JAN 2008) (End of Addendum to 52.212-1) VAAR 852.273-73, Evaluation Health-Care Resources (JAN 2003) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: Addendum to FAR 52.212-4, Contract Terms and Conditions Commercial Items. (JAN 2017) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70, Commercial Advertising (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012) VAAR 852.237-70, Contractor Responsibilities (APR 1984) (End of Addendum to 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (NOV 2017) The following subparagraphs of FAR 52.212-5 are applicable: All vendors shall submit the following: 1 copy of a quote, that includes the schedule of services listed above, a capability statement (detailing the ability to perform the service), past performance of this service, and any information deemed necessary in determining eligibility. All quotations shall be sent to Takira Peoples at takira.peoples@va.gov via email. Any submissions other email will NOT be accepted. This is a combined synopsis/solicitation for Dental Unit Waterline Sampling as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Vendor shall list exception(s) and rationale for the exception(s). Submission shall be received not later than January 31, 2018, 4:30p.m. (1630) EST at takira.peoples@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY emailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point of contact listed below. Point of Contact Takira Peoples Contracting Officer, NCO 6 100 Emancipation Drive Building 27 Hampton, VA 23667 takira.peoples@va.gov (757) 315-3982 (757)726-6010 (fax)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q0339/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24618Q0339 36C24618Q0339_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4043791&FileName=36C24618Q0339-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4043791&FileName=36C24618Q0339-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: FAYETTEVILLE VAMC;2300 RAMSEY STREET;FAYETTEVILE, NC
Zip Code: 28301
 
Record
SN04801564-W 20180128/180126231250-63a83c837d364412d818368118638d9b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.