SOURCES SOUGHT
F -- Legionella Testing
- Notice Date
- 10/15/2020 5:16:49 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521Q0034
- Response Due
- 10/23/2020 8:00:00 AM
- Archive Date
- 11/22/2020
- Point of Contact
- robert.hallock@va.gov, Robert Tyler Hallock, Phone: 410-642-2411
- E-Mail Address
-
Robert.Hallock@va.gov
(Robert.Hallock@va.gov)
- Awardee
- null
- Description
- Page 8 of 8 Small Business Sources Sought The Baltimore VA Medical Center is looking for a service contract to supply labor, materials, and all necessary equipment for Legionella Testing. The project will be implemented using the North American Industry Classification System (NAICS) Code 561210 Facilities Support Services. The Baltimore VA Medical Center is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide the equipment and services as specified in the statement of work found below and to determine availability and capability to complete the procurement. If your company is interested in this requirement, is a qualified small business for the NAICS code 561210 ($41.5 Million according to https://www.naics.com/wp-content/uploads/2017/10/SBA_Size_Standards_Table.pdf) As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued following completion of RFI, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified companies shall submit a statement of interest on company letterhead demonstrating the firm s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business Please email all information to: Robert Tyler Hallock (304)-707-5236 Robert.hallock@va.gov STATEMENT OF WORK This statement of work includes all necessary labor, materials, and equipment necessary to complete Legionella environmental testing at the following VA Maryland Healthcare System (VAMHCS) facilities: Baltimore VA Medical Center, 10 N. Green St, Baltimore, MD 21201 Perry Point VA Medical Center, Perry Point, MD 21902 Loch Raven VA Medical Center, 3901 The Alameda, Baltimore, MD 21218 The C&A requirements do not apply, and a Security Accreditation Package is not required. Scope of Services: The vendor will provide all labor, materials, and equipment necessary to complete Legionella environmental testing at the three (3) aforementioned VAMHCS facilities, and all buildings as required at each location. Legionella environmental testing will occur at a minimum of once per Federal fiscal year quarter, with additional testing to be conducted based on positive Legionella results. Service will include: Turnkey environmental sampling for Legionella, to include: All testing equipment and sample bottles. Sample bottles must be plastic with screw top, be sterile, and hold at least 250ml. Only 250ml is to be collected and tested. All labor necessary to draw samples. Routine quarterly sampling and testing: Minimum required samples for quarterly Legionella testing are ten (10) hot water samples and ten (10) cold water samples from each required building. Buildings shall be designated by facility staff. In buildings which have less than 10 outlets, all outlets will be sampled. Estimated number of routine samples per quarter: Baltimore VA Medical Center: 35 samples Perry Point VA Medical Center: 300 samples Loch Raven VA Medical Center: 30 samples Sampling locations shall include sinks, showers, tubs, ice machines, pools, and any other location designated by the facility. Pools will be tested twice annually, with associated locker room outlets to be tested on a rotating basis, quarterly. Vendor shall submit a sampling protocol for review. For example, that all samples will be first draw from the outlet. Non-routine sampling and testing: Non-routine samples will be drawn and tested at the discretion of the facility, and to follow-up on positive Legionella results from quarterly testing. Number of additional samples and sampling locations shall be determined by the facility. Estimates number per quarter, to include all locations: 50 samples. Vendor shall submit a sampling protocol for review. For example, that all samples will be first draw from the outlet. All packaging, handling, and shipping of samples to lab. Turnkey water testing of all outlets used to draw samples for Legionella testing. During testing, the following measurements will be recorded for each outlet: Temperature (in Fahrenheit), to be recorded after flushing outlet for approximately two to three (2-3) minutes. Oxidant residual, to be recorded from first draw sample. Must be free chlorine DPD test. pH, to be recorded from first draw sample. Must be taken suing pH meter and not test strips. ISO method Legionella culture and analysis through a laboratory certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program. Lab must be approved by the facility, cannot be changed without approval of the facility, and must be able to provide documentation of certification upon request. Negative Legionella results will be returned within 11-13 calendar days of sampling. Positive Legionella results will result in the immediate notification of designated VA staff via email and/or phone call. Legionella results to include: Total reporting of all L. pneumophila Complete serogroup reporting of L. pneumophila Total reporting of all non-pneumophila Legionella Detection limit of less than 1 CFU/ml. All data entry of water test results into an Excel spreadsheet, which will be updated and provided to VA staff following each water testing and results cycle. Spreadsheet template will be provided by the VA. At a minimum, data to be recorded includes: date and location of each sample, outlet type, temperature, pH, chlorine level, and results of Legionella lab testing. Temperature, pH, and oxidant levels that are out of normal range (range determined by the VA) will be highlighted. Vendor water samplers must hold the Maryland Department of the Environment (MDE) Water Sampler Certification and successfully complete VA Legionella Water Sampler Training: http://vaww.hefp.va.gov/resources/environmental-validation-training under the Environmental Validation section. Vendor must provide, at the request of the facility, documentation that all instruments and equipment used during sampling are properly calibrated according to the manufacturer s specifications. All sampling data and documentation, delivered by vendor to the VA after each quarterly testing cycle and after each set of non-routine tests, shall be compatible to current software used by the VA.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c91e6f6ec76b494e82aad23247d1647e/view)
- Place of Performance
- Address: Baltimore VA Medical Center 10 N. Greene St., Baltimore 21201
- Zip Code: 21201
- Zip Code: 21201
- Record
- SN05829087-F 20201017/201015230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |