Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2023 SAM #7719
SOURCES SOUGHT

B -- FY23: COMPREHENSIVE WATER QUALITY SAMPLING AND ANALYSIS

Notice Date
1/13/2023 4:16:58 AM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24823Q0403
 
Response Due
1/18/2023 11:00:00 AM
 
Archive Date
03/19/2023
 
Point of Contact
Carol Baez Rosario, Contract Specialist, Phone: (939)759-6769
 
E-Mail Address
carol.baezrosario@va.gov
(carol.baezrosario@va.gov)
 
Awardee
null
 
Description
INTRODUCTION The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 8 San Juan, Puerto Rico is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to perform Comprehensive Environmental Water Quality Sampling and Analyses Services at various Puerto Rico and overseas locations. The intent of this notice is to identify interested sources and their respective socio-economic group. Responses to this sources-sought notice/market research may be used to issue the requirement as set-aside for small businesses or procured through full and open competition. However, the primary purpose of this notice is to identify potential Service-Disable Veteran-Owned Small Business (SDVOSB) and/or Veteran-Owned Small Business (VOSB) companies that can fulfill this requirement. PLACE OF PERFORMANCE: The VACHS is comprises of San Juan Medical Center, Out-Patient Clinics (OPCs) at Ponce and Mayaguez and Community Based Outpatient Clinics (CBOCs) in Arecibo, Guayama; Saint Croix and Saint Thomas in US Virgin Islands, and Rural Clinics at Comerio, Vieques, Utuado and Ceiba. DISCLAIMER This sources-sought is for informational purposes only. This is not a Request for Quote (RFQ) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not quotes and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if any issued. If a solicitation is released, it will be synopsized through the Contract Opportunities webpage at SAM.gov | Home It is the responsibility of potential offerors to monitor the Contract Opportunities website for additional information pertaining to this requirement. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code for this requirement is 541620 (Environmental Consulting Services) with a Small Business Size Standard of $16.5 Million. The Product Service Code is H946 (Other Qc/test/inspect- Water Purification and Sewage Treatment Equipment). CONTRACTOR S QUALIFICATIONS AND REQUIREMENTS: The contractor shall provide all personnel, services, equipment, transportation, supervision and other items and services necessary to perform sampling, analysis and monitoring services drinking water and other critical water quality programs that includes but are not limited to Sterilize Processing Service (SPS), Surgery Service, Pathology Laboratory among others as assigned in accordance with applicable regulatory guidance. The contractor shall perform to the standards in this contract. The contractor will supply all equipment and facilities required for water sampling that includes but not limited to coolers, ice packs, and sampling jars. Primary technical services to be performed by individuals performing professional services in support of environmental programs shall include the requirement to conduct comprehensive environmental sampling and analysis at VA Caribbean Healthcare System. GENERAL REQUIREMENTS: The samples shall be collected by a Puerto Rico Department of Health (PRDH) license certified drinking water sampler and analyze the samples in a Puerto Rico Department of Health (PRDH) certified laboratory with methods approved by USEPA. For work at overseas locations, the Contractor shall also comply with applicable US Virgin Islands Division of Environmental Protection Drinking Water Standards Title 19 Health, Chapter 51. The Contractor shall comply with all applicable (1) federal, state, environmental statutes, regulations, and rules (including all changes and amendments), (2) Presidential Executive Orders (EOs) in effect on the date of issuance, and VA requirements. Comply with the VACHS Comprehensive Water Sampling, Analysis, and Monitoring Plan. All environmental laboratories performing work under this contract must hold all the PRDH and the USEPA Environmental Certifications for all the analysis in each task or must hold either Primary NELAP Accreditation or Secondary NELAP Accreditation for all the analysis in each task. Laboratories that process water samples for microbiological testing (Heterotrophic Plate Count (HPC), Endotoxins, Pseudomonas Aeruginosa, Non-tuberculous Mycobacteria (NTM), among others) must be accredited by a recognized regional, national, or international accrediting body as follows: In accordance with a laboratory accreditation standard (e.g., ISO/IEC 17025:2017, General Requirements for the Competence of Testing and Calibration Laboratories). Laboratories may meet the requirements by holding a mix of all three certifications or accreditations in each task and must hold all the required certifications and/or accreditations consider using a laboratory that also has environmental microbiology accreditation by a nationally recognized body. The contractor will analyze bacteriological samples in a PRDH certified laboratory using a method for drinking water. The contractor shall analyze three (3) samples each month for microbiological profile that consist of the following parameters: chlorine residual, pH, temperature, Heterotrophic Plate Count, total coliform, and fecal/E-coli confirmation when required. Microbiological examination of samples will begin promptly upon return to the laboratory. Samples will be cultured the day of delivery and read after 24 hours of incubation. The contractor will not allow the time elapsing between sample collection and examination to exceed 24 hours. The contractor will analyze the samples within the legal holding time as specified in the analytical method. The contractor will analyze emergency samples and email results within 24 hours, when allowed by the analytical method, and 48 hours for all others. If you will be subcontracting, please indicate which company(ies) are you contemplating. In addition, if subcontracting, what percentage of the job will be performed by the subcontractor(s). Responses to this notice shall include company/individual name, a service capability statement, examples of similar performances which you have provided services to, DUNS number, address, point of contact. Contractors should provide their size status for the above references NAICS code. (i.e. small, large) and whether they are certified SDVOSB, VOSB, HUBZone, 8(a), women-owned concern and /or SB. Standard company brochures will not be considered enough response to this Source Sought. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. It is anticipated that the contract will be a Firm Fixed Price with a base period and four option periods of twelve (12) months each. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Interested parties are requested to submit a capabilities statement, information requested and answers to all questions indicated. The deadline for response to this request is no later than, January 19, 2022 at 3:00pm Eastern time. All responses under this Sources Sought Notice must be e-mailed to carol.baezrosario@va.gov and baryan.sierrapierluissi@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04e19afe6ac240fab3706fe2ac5bc852/view)
 
Place of Performance
Address: Department of Veterans Affairs Network Contracting Office 8 (NCO 8) #10 Calle Casia Suite, San Juan 00921
Zip Code: 00921
 
Record
SN06564399-F 20230115/230113230107 (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 |
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.