DOCUMENT
R -- VISN-WIDE LEGIONELLA QUARTERLY SAMPLING - Attachment
- Notice Date
- 5/16/2018
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25018Q9234
- Response Due
- 6/1/2018
- Archive Date
- 8/30/2018
- Point of Contact
- Bridget May, Contracting Officer
- E-Mail Address
-
office
(bridget.may@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 This Request for Information (RFI) is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Purpose of this Request for Information The Department of Veterans Affairs Network Contracting Office (NCO) 10, Service Team #4 is seeking interested sources (contractors) for a near-future solicitation and procurement for the legionella sample collection, analysis, and results management for government-owned buildings in which patients, residents, or visitors stay overnight located in Ann Arbor, Battle Creek, Saginaw, and Detroit, Michigan; Fort Wayne and Marion, Indiana facilities. Project Description: Department of Veterans Affairs, requires the legionella sample collection, analysis, and results management for government-owned buildings in which patients, residents, or visitors stay overnight at various facilities in both Michigan and Indiana. The Contractor shall perform sampling and analysis following best practices to meet the requirements set forth in VHA Directive 1061, Prevention of Healthcare-Associated Legionella Disease And Scald Injury From Potable Water Distribution Systems. Unless specifically directed otherwise, all samples shall be evaluated and tested in accordance with directions specified by a CDC certified Elite Laboratory. In addition to the CDC ELITE certification, the laboratory will be accredited to the most recent version of the ISO 11731 standard, Water Quality Detection and Enumeration of Legionella, and Environmental Laboratory Approval Program (ELAP) for environmental analyses of potable water. Laboratory must be able to report results to at least 1 CFU/ ml for potable domestic water and will report up to 3000 CFU/ml without conducting additional sampling. Contractor shall be familiar with different disinfectant systems, such as but not limited to, copper silver ionization, chlorine dioxide, monochloramine, etc. Contractor personnel shall maintain one or more of the following credentials: professional engineering (PE), water treatment (CWT), certified industrial hygienist (CIH), and/ or energy management (CEM) designations. Because this is a RFI announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. Submittal Information: All responses must include the following information: Company name, Duns number, Tax ID Number, company address, GSA Contract (if applicable), Point-of-Contact name, phone number, fax number, and e-mail. The subject line of the correspondence should clearly display the RFI number. Also, please provide the following information in your response: Section 1: Provide a Statement of Interest in performing LEGIONELLA SAMPLE COLLECTION, ANALYSIS, & RESULTS MANAGEMENT at the various VA Medical Centers located in Michigan and Indiana. Section 2: Provide company name, DUNS number, company address, GSA Contract (if applicable), point-of-contact name, phone number, fax number and email address. Section 3: Provide company business size and status (i.e., Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, HubZone Small Business, etc.), the number of years in business, affiliate information: parent company and potential teaming partners. Section 4: Provide the type of work your company has performed in the past in support of the same or similar requirements. Submittal: It is requested that interested contractors submit an email response (electronic submission) that addresses the above information. Be sure to include this RFI Number in the Subject Line of the email. Submissions (responses) shall be received by no later than 2 P.M., Eastern on 06/01/2018. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Contractors having the skills and capabilities necessary to perform the stated requirements should forward an e-mail to the primary point of contact listed below. Contracting Office Address: Department of Veterans Affairs Network Contracting Office (NCO) 10 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131 Primary Point of Contact: Bridget May, Contract Specialist E-Mail: bridget.may@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q9234/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9234 36C25018Q9234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310599&FileName=36C25018Q9234-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310599&FileName=36C25018Q9234-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9234 36C25018Q9234.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4310599&FileName=36C25018Q9234-000.docx)
- Record
- SN04924449-W 20180518/180516230922-f8e94f75d5eac4170b92a7e6bc3cf9f1 (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 |