Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
DOCUMENT

H -- Water Quality Monitoring- Legionella and Monitoring Equipment Maintenance Services - Attachment

Notice Date
3/21/2018
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25718Q9169
 
Response Due
3/26/2018
 
Archive Date
5/25/2018
 
Point of Contact
Antonio Jackson
 
E-Mail Address
Contracting Officer
(antonio.jackson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (SOURCES SOUGHT) ONLY!!! The Central Texas Veterans Health Care System (CTVHCS)- Temple TX, is looking for either GSA FSS or Open Market contractors that are Small Businesses (SDVOSB, VOSB, 8a, WOSB, etc.) and have the capability to provide Water Quality Testing Legionella Monitoring Equipment Maintenance and Repairs. The locations are as follows: Waco Campus located at 4800 Memorial Drive, Waco, TX 76540 Austin Outpatient Clinic, 7901 Metropolis, Austin, 78744 Temple Campus (as needed) located at 1901 Veterans Memorial Boulevard, Temple, Texas, 76504. Upon rare occasions, samples may be requested at our Community Based Outpatient Clinics in Austin, Cedar Park, Brownwood, Bryan-College Station, La Grange or Palestine. Here s a brief Scope of Work anticipated: The contractor shall provide services which include all collection, preparation for shipping samples, shipment samples, completion of the chain of custody forms/records as well as all other required documentation for analysis of water and swab samples for legionella, total coliform, eColi and/or other water-born bacteria upon customer specific request and reporting the results to the Central Texas Veterans Health Care System Safety and Industrial Hygiene Section. The numbers of samples may vary greatly from year to year based on need; roughly a minimum of 2500 samples to a maximum of 7500 cultured or laboratory analyzed samples of various types. The contractor shall collect total heterotrophic bacteria samples from dental lines at all campuses. Follow up samples will be collected from each positive cultured sample site. The contractor shall take necessary instantaneous measurements that include pH, total and free available chlorine, nitrates, nitrites, ammonia, free available ammonia, temperature, total dissolved solids, conductivity and oxidation-reduction potential as requested, but during cultured sample collection to meet VHA Directive 1061. CTVHCS has continuous monitoring equipment in each of our overnight stay buildings. The contractor shall maintain this equipment and make repairs as necessary to include replacing probes and sample tubing, displays, etc. The contractor shall make at least one maintenance visit per month to each building with a continuous monitoring station. The following sample types will be separate fixed prices per sample: Total coliforms e Coli samples Total Heterotrophic Bacteria Inorganics to include Minerals, Metals, Nitrates, Nitrites, Asbestos, Cyanide, Fluoride, Arsenic, Chlorite, Total Trihalomethanes (TTHM) and Haloacetic Acids (HAA5) (Disinfection Byproducts) Lead in Drinking Water, Copper in Drinking Water, Legionella, Fecal Coliforms. Other sample types may be requested. The vendor shall collect either swabs, 100, 250, 1000 ml or 10 l samples as directed by Safety and Industrial Hygiene Staff. Duplicate samples from the same locations may be requested. Samples shall be collected following OSHA and/or CDC protocol. Laboratories that process the water samples for Legionella must be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program as proficient at performing the culture of Legionella from environmental samples.. The NAICS code for this requirement is 541380 with a size standard of $15.0M. Please respond on or before Monday March 26, 2018 at 2:00 PM CST via email to antonio.jackson@va.gov with the following information: 1. Your company's name, and address and a POC 2. If applicable, GSA FSS contract# along with the applicable SIN(s) 3. Your company's socio-economic status, for example: Small Business, Disadvantaged Small Business, HUBZone, Woman Owned, Veteran Owned, Service Disabled Veteran Owned, etc. 4. Your company's capability statement to include verification of your CDC ELITE Program verification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/36C25718Q9169/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9169 36C25718Q9169.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4166684&FileName=36C25718Q9169-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4166684&FileName=36C25718Q9169-000.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: Central Texas Veterans HealthCare Services;Waco Campus;4800 Memorial Drive;Waco, TX
Zip Code: 76711
 
Record
SN04862477-W 20180323/180321231337-501f56cccb49c6e1856e24ffb57265fd (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.