Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

H -- Legionella/SPS Water Surveillance Testing

Notice Date
1/29/2024 1:42:40 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0265
 
Response Due
2/12/2024 3:00:00 PM
 
Archive Date
03/13/2024
 
Point of Contact
Craig Brown, Contract Specialist, Phone: 360-816-2784
 
E-Mail Address
craig.brown7@va.gov
(craig.brown7@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Legionella and Sterile Processing Critical Water Surveillance Testing. Scope of Work:  The contractor shall collect water samples leading to patient care areas and test them for the presence of the Legionella pneumophila bacteria, temperature, residual biocides and pH. Temperature, residual biocide and pH, this will be performed by the contractor and documented on the provided Quarterly Environmental Water Testing Log Sheet. Legionella surveillance testing shall be performed by the contracted CDC Elite certified Lab as previously referenced. Samples shall be collected and sent to the reference reference laboratory during the months of July, October, January, and April of each year (90 days +/- 5days from this quarter sampling or retest in areas that tested positive as deemed necessary by the VA Spokane. Testing methods will be able to identify Legionella pneumophila and any serotypes, residual biocides and be assessed thru proficiency testing demonstrating the laboratory s ability to identify Legionella pneumophila, and assess residual biocides. The testing laboratory shall complete testing within 14 days and send a report to the Maintenance Supervisor by email within 2 days of test completion. Positive results will be emailed as soon as obtained/verified. A regularly mailed report will follow within 4 days of all test s completion. Laboratory Analysis of water samples for AAMI compliance with water quality in accordance with VHA Directive 1116(2) dated March 23, 2016: Reference guidance in current 2017 AAMI TIR34 and various equipment IFU and Steris equipment IFU. REQUIREMENTS: Water testing will be conducted monthly and annual per schedule in appendix A. Vendor will come to MANN GRANDSTAFF Veterans Health Center to take water samples in secured areas of the MANN GRANDSTAFF SPS areas. Utility and Critical water will be tested. Reports will be supplied electronically and hard copy. MANN GRANDSTAFF VA Medical Center; 4815 N. Assembly St., Spokane, WA. 99205 MANN GRANDSTAFF SPS requires water testing to occur in AM (morning) of day to ensure water testing does not interfere with SPS workflow or risk of workflow causing contaminated sample. Water samples should be performed using same criteria as AAMI TIR34R17. Sampling locations for SPS Water as listed in below chart. A total of 18 monthly samples total of 72 water samples per year will be collected from the sample site locations: before reverse osmosis, during reverse osmosis, and storage tank locations for each characteristic on the table below A total of 15 annual samples will be collected from the sample site locations as follows: before reverse osmosis, during reverse osmosis, and storage tank locations for each characteristic on the table below. Characteristic Type of Testing Sample Site (Utility) Sample Site (Critical) Sample Site Samples Taken and analyzed by (Critical) Testing Frequency Bacteria Heterotrophic Plate Count Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly Endotoxins LAL Test Incoming Water/Before RO During RO Storage Tank Water Company Contractor Annual Total Organic Carbon TOC Test Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly Ph pH Meter Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly Water Hardness Determination of ppm CaCO3 Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly Resistivity Meter Resist meter Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly Chloride Ionic Contaminants Incoming Water/Before RO During RO Storage Tank Water Company Contractor Annual Iron Ionic Contaminants Incoming Water/Before RO During RO Storage Tank Water Company Contractor Annual Cooper Ionic Contaminants Incoming Water/Before RO During RO Storage Tank Water Company Contractor Annual Manganese Ionic Contaminants Incoming Water/Before RO During RO Storage Tank Water Company Contractor Annual Color & Turbidity Visual Inspection Incoming Water/Before RO During RO Storage Tank Water Company Contractor Monthly SCHEDULE OF SUPPLIES: Contractor shall supply all sampling supplies, containers, and shipping labels. Contractor will supply training as needed for emergency samples to be collected and shipped. Contractor shall pay postage and shipping on any samples requiring re-testing. AAMI compliance with water quality Water Testing Requirements: General Procedures for AAMI compliance with water quality: The contractor shall furnish all sample collection bottles and return shipping labels, all transportation costs, and resources necessary to perform for AAMI compliance with water quality testing. Containers must be sterile, appropriate for the analysis, properly preserved, and ready for prompt transportation to the laboratory under strict chain of custody procedures. Contractor required to provide trained staff to perform sample collections. VA requires monthly and annual source water samples for analysis plus 20 emergency samples if necessary. Sample/specimen Analysis and Reporting: The testing laboratory processing the water samples for AAMI compliance with water quality must be proficient at performing water quality AAMI compliance cultures from environmental samples. The full 250 ml volume of potable water (utility) must be concentrated for routine quarterly testing. The testing laboratory must retain samples that test positive for AAMI compliance with water quality for 30 calendar days and must release them to the healthcare system if requested. Endotoxin testing must be in compliance with use of Limulus Amoebocyte Lysate testing as listed in AAMI TIR34R17. The laboratory must have environmental microbiology accreditation by a nationally recognized accrediting body, such as EMLAP, NELAP, etc. Proof of certification must be provided before acceptance of contract. Contractor required to provide all sample analysis reports via e-mail to identified COR and MANN GRANDSTAFF Veterans Health Care System Point of Contact. Contractor required shall provide water testing services no less than once per month and more frequent if necessary. Successive stops between testing shall not exceed 35 calendar days. Contractor required to make notification of any positive sampling results and notification will be made within 24 hours or 1 working day of making this determination. Confirmation of notification from MANN GRANDSTAFF MEDICAL CENTER required complete notification process. The NAICS Code assigned to this requirement is 541380 with a size standard of $16.5M. Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to `Craig Brown at craig.brown7@va.gov no later than 12 Feb 2024, 3PM Pacific. No telephone inquiries will be accepted. RESPONSES NEED TO INCLUDE THE FOLLOWING INFORMATION: Company name: Address: Socio-economic status (e.g., Service-Disabled Veteran Owned Small Business): Point of contact information, (name, phone number, and e-mail address): Unique Entity ID: Capability statement highlighting ability to meet this requirement and if the services are available on a current GSA Federal Supply Schedule contract. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f46e93fbb284e669d0542a1c159b5d4/view)
 
Place of Performance
Address: Department of Veterans Affairs Spokane VA Medical Center 4815 North Assembly Street, Spokane 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN06948614-F 20240131/240129230050 (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.