SOURCES SOUGHT
H -- COVID WASTE WATER TESTING RFI
- Notice Date
- 11/16/2020 11:37:09 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521Q0093
- Response Due
- 11/26/2020 1:00:00 PM
- Archive Date
- 12/26/2020
- Point of Contact
- Amy Ritchey, CO Evelyn Walker, CS, Please send responses to BOTH the CO AND the CS., Phone: (304) 429-6755 x3645
- E-Mail Address
-
Amy.Ritchey@va.gov
(Amy.Ritchey@va.gov)
- Awardee
- null
- Description
- This is a Request for Information (RFI) issued by the Veterans Health Administration (VHA) in support of the National Office. Contracting is conducting this RFI as market research to determine the capability of industry to address the prospective requirement described in the attached Statement of Work (SOW). This is not a Request for Proposal (RFP) or Quote (RFQ) and no submissions will be accepted as official offers for a contract. INTERESTED & CAPABLE RESPONSES: NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these products. Please respond with your: Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address), GSA Contract number (if applicable), and DUNS number Capability statement 3. Estimated amount 4. Community input/advise/comment/suggestions are requested. This is projected to be a pilot program, any additional advice and suggestions are welcome. Responses must be submitted by 4:00 PM (EDT) November 26, 2020. Please submit all responses to BOTH: Amy Ritchey, CO Amy.Ritchey@va.gov AND Evelyn.Walker, CS Evelyn.Walker@va.gov STATEMENT OF WORK Background: In this pilot project, eight (8) individual VA Community Living Centers (CLCs) will be enrolled and surveilled for SARS-CoV-2 by routine monitoring of wastewater for the virus. CLC buildings selected are stand-alone (i.e., not physically located in an acute care building). Grab samples are to be taken from designated sanitary sewer manholes, packaged, and shipped or delivered (one site only) to the designated VA laboratory for processing. Scope of Work: Contractor shall provide wastewater discharge sampling for the sites listed in this section. Listing includes site specific contacts for facility/engineering information and questions. Refer to Appendix A The contractor is responsible for providing trained sampling technicians to perform work as specified at each location, coordination of all activities, and providing sampling, and packaging supplies necessary to perform tasks in support of this contract. Contractor will be provided access to the government s (VA) shipping contract after award. Contractor to provide VA for review and approval, within seven (7) days of NTP, contractor s Quality Assurance / Quality Control (QA/QC) and site-specific Safety plans for sample collection, sample packaging, and worker protection. Plans to comply with OSHA, CDC, State/Local regulations, and designated shipper requirements. Contractor s technician(s) to take a grab sample from the designated manhole, conduct filed tests for temperature and pH, complete the contractor s sections on wastewater sample form (refer to Appendix B), package the bottle (surface cleaned) containing the wastewater sample and completed sample form for shipping, and ship as instructed later in this section. Contractor shall collect grab samples at each location and on designated days. If performance of any sampling event is not conducted the COR must be notified by 1:00 PM CST that same day. (Note: Samples taken at the Olin E. Teague Veterans' Medical Center (Station 674) shall be hand delivered to the on-site laboratory, in lieu of overnight shipping, within one (1) hour of the time the grab sample is taken). Contractor to utilize the government contracted carrier to ship packaged samples overnight for next day delivery by 10:00 AM CST to the designated VA Laboratory for processing. Government will pay the government contracted carrier directly; contractor to exclude contracted carrier charges. Contractor to collect a grab wastewater sample(s) from the designated sewer access locations (manholes) specific to each site. Contractor to contact the identified VA facility/engineering contact to obtain manhole locations, construction/configuration information, and facility specific security and safety precautions. This grab sample will be a composite sample representative of the flow of wastewater at the time of the sampling regarding ratio of solids and liquids. If flow does not allow an immediate grab in a quantity to obtain a minimum of 250 ml, the vendor will obtain multiple grabs until the required volume is attained. Vendor will ensure site specific safety measures are in place during collection of sample and access point is secured before technician leaves the area. Contractor must ensure samples are packaged as follows: Sample must be packaged in a securely sealed 300 ml High -Density Polyethylene cylindrical sample bottle (scientific grade) with volume scale markings, screwcap, and inner lid as the primary receptable and be labeled with self-adhesive heat/cold proof (clear Polyester Asset Tracking Labels 1 x 1.9 ) label made from a compatible device in a manner to ensure markings are readable upon receipt at the laboratory. Information to be included on the bottle: Sample Identification Number, date, time, source. Refer to Appendix B Bottle cap will be secured with sealing tape made semi-transparent, flexible film composed blend of waxes and polyolefins designed for the bottles used in laboratory applications, to include elastomeric characteristics that allow it to stretch and conform around the irregular perimeters of containers lids and covers to form a tight seal. Container seal tape will block water vapor loss, reduce the rate of gas exchange and prevent the entry of contaminants. The tape will be a minimum of 0.75"" wide and can be easily removed from most surfaces without leaving an adhesive residue. Exterior surface of the sealed bottles will be sanitized using a disinfectant containing EPA approved List N disinfectant for Coronavirus (COVID-19) and applied per manufacturer s instructions and placed in a polypropylene self-locking bag as additional protection in case of leakage. Seal the closed opening with container seal tape. The sealed bag containing the closed and sealed sample bottle must be packaged in a crush resistant corrugated outer shipping container with leakproof frozen ice packs (sufficient to maintain sample temperature at 4 oC or lower during shipment), cushioned with non-absorbent fill (e.g. packing peanuts, bubble wrap, etc.), and completed wastewater sample form (Appendix B). Contractor to comply with government contracted carrier s packaging, labeling, and drop-off requirements needed to ensure overnight delivery. Contractor to ship samples to CTVHCS at the following address: Central Texas Veterans Health Care System Attn: Morgan Bennett Research Service, Bldg 205 1901 South 1st Street, Temple, TX: 76508 Ph: 254-899-7534 Note: Samples taken at the Olin E. Teague Veterans' Medical Center (Station 674) shall be hand delivered to the on-site laboratory, in lieu of overnight shipping, within one (1) hour of the time the grab sample is taken Period of Performance: Initial period of performance (base period) shall be 210 calendar days and one (1) 120 calendar day option (at VA s discretion). Wastewater sampling shall be conducted for a period of six (6) months from the date of the first sampling at each site. Sampling at one or more sites must commence no later than 14 days from date of notice to proceed (NTP) and all remaining sites within 30 days from the NTP. Technician Approval and Certification Requirements: The contractor must provide the names and qualifications of all sampling technicians a minimum of one calendar week prior to on-site work for VA review and approval, security screening, and badging. Unapproved individuals are prohibited from performing on-site work on the contract. Contractor shall certify that Technicians/employees: are trained according to the approved QA/QC and site-specific Safety plans, meet educational and experience qualifications required by State and local jurisdictions for individuals collecting environmental samples from wastewater discharges, trained to properly package and ship samples. Sampling Schedule: All on-site work to be performed between the hours of 9:00 AM and 11:00 AM local time. NOTE: The CO, COR, & Facilities reserves the right to limit, or otherwise reschedule access to the site to allow for previously unscheduled events. Twenty-four (24) hours notice will be given to the contractor for all unscheduled events. All samples shall be collected for five (5) days each week: Monday, Tuesday, Wednesday, Thursday, Friday. Sample collection days include days designated as Federal Holidays within the performance period. Community Living Centers- samples at all eight sites shall be collected in accordance with the schedule in paragraph 5.2 and for the full performance period in Paragraph 3.1 and 3.2. Control Samples: a second set of samples to be collected at a second designated site (control manhole) located at the Olin E. Teague Veterans' Medical Center (Station 674). Sample collection will be in accordance with 5.1 and 5.2 for three fourteen (14) day periods. The first fourteen-day period will coincide with the start of CLC sample collections at the Station. The VA will provide a minimum of two weeks advance notice prior to the start of the second and third 14-day control sample collection periods. Safety: Contractor employees must comply with approved site-specific Safety plan (reference must paragraph 2.4). The contractor to comply with OSHA, CDC, State/Local regulations regarding employee safety. The contractor shall suspend work anytime it would adversely impact normal or interfere with emergency facilities operations as notified by the COR. The contractor shall safeguard and store all tools and equipment. The contractor to provide and utilize physical barriers and warning signage to prohibit unauthorized access to immediate area in which work is being performed. All contractor equipment must be operated by employees trained in the proper use of the equipment. All contractor employees shall be trained in the use and potential hazards of chemicals. If personal protective equipment is required throughout any aspect of this contract, the contractor is required to provide it for all employees in accordance with OSHA regulations. Reporting: The COR will be the Point of Contact for all contract coordination, deliverables, oversight of VHA laboratory acceptance of samples and contact with Program Office team. Contractor shall be provided with site specific VA contacts which will serve as the primary contacts for access to wastewater sampling locations, local security requirements, site specific contractor training and other site-specific coordination. Appendix A lists Facility Engineering Contacts which are subject to change after contract award. VA Pilot Facility Listing APPENDIX A VA Network Station Number Facility Location Information Facility Engineering Contact (subject to change after contract award) Facility Name Street Address City State Zip Code 4 562 Erie VA Medical Center 135 E 38th St Erie PA 16504 Mark Poweski (Chief Engineer) 814-860-2090 Mark.Poweski@va.gov 4 642 Corporal Michael J. Crescenz VA Medical Center-Philadelphia VAMC 3900 Woodland Ave Philadelphia PA 19104 Susan McCaffrey (Chief Engineer) 215-823-5800 ext 4251 Susan.McCaffrey@va.gov 6 565 Fayetteville VA Medical Center 2300 Ramsey Street Fayetteville NC 28301 Wendy Gillis (Chief Engineer) 910-263-2333 Wendy.Gillis@va.gov 9 621 James H. Quillen VA Medical Center 99 Veterans Way (Corner of Lamont Street and Veterans Way) Mountain Home TN 37684 Kevin Milliken (Chief Engineer) 423-426-7826 Kevin.Milliken@va.gov 17 674 Olin E. Teague Veterans' Medical Center 1901 Veterans Memorial Dr Temple TX 76504 Kevin Maxson (Chief Engineer) 254-743-0667 KEVIN.MAXSON@va.gov 20 668 Mann-Grandstaff VA Medical Center 4815 N Assembly St Spokane WA 99205 Brian G. Henneman (Chief Engineer) 509-434-7405/ 509-850-5203 Brian.Henneman@va.gov 20 663A4 VA Puget Sound Health Care System-American Lake Division 9600 Veterans Dr Lakewood WA 98493 James A. Broyles (Asst. Chief Eng.) 253-583-2146 james.broyles@va.gov 22 691A4 Sepulveda Out Patient Clinic and Nursing Home 16111 Plummer St North Hills CA 91343 Ross Manoukian (Engineer) 818-891-7711 x 38053 Ross.Manoukian@va.gov Wastewater Sample Form APPENDIX B Government Contracted Carrier APPENDIX C Carrier: United Parcel Service Shipping Mode: Next Day Air (NDA) Express Critical (only when deemed necessary by VA) VA Account: To be determined DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a02bb09ea66544ca88fe57096a11e4be/view)
- Place of Performance
- Address: Various Locations across the United States., USA
- Country: USA
- Country: USA
- Record
- SN05854093-F 20201118/201116230141 (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 |