Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2024 SAM #8291
SOURCES SOUGHT

F -- San Francisco VA | Legionella Testing Services

Notice Date
8/7/2024 11:03:11 AM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124Q0954
 
Response Due
8/13/2024 4:00:00 PM
 
Archive Date
09/12/2024
 
Point of Contact
James Postell, Contracting Officer
 
E-Mail Address
James.Postell@va.gov
(James.Postell@va.gov)
 
Awardee
null
 
Description
PERFORMANCE WORK STATEMENT Subject: Legionella Water Testing Service Scope of Work The following scope of work sets forth the general requirements for providing Legionella Water Testing for San Francisco VA Healthcare System. General: Provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide Legionella Testing services for (120) 250 mL Legionella samples bottles each quarter at the following locations: San Francisco VA Medical Center, 4150 Clement Street, San Francisco, 94121 Transitional Homes: 1627 Lombard Street, San Francisco, 94123 994 Burnett Ave, San Francisco, 94131 Sampling will be completed in (8) buildings. Samples shall be taken from water fixtures and ice machines and shall include (10) hot and (10) cold for each building. The exact locations will be chosen by the Contracting Officer Representative (COR) each time. Contractor shall utilize the log sheets provided by the COR to also note temperature, biocide level, sample number, and pH of each sample. A sample log sheet is attached. This log sheet shall be provided to the COR the same day of sampling prior to the contractor leaving the site. Contractor shall conduct sampling evenly throughout the quarter so that it is spread out evenly. General: Provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide Legionella Testing services for (6) 1000 mL Legionella samples each quarter for the purpose of sampling cooling towers during the months of December, March, June, September: San Francisco VA Medical Center, 4150 Clement Street, San Francisco, 94121 (4) samples total each quarter Water Reservoir, 4150 Clement Street, San Francisco, 94121 (2) samples total each quarter The exact locations will be chosen by the COR each time. Contractor shall utilize the log sheets provided by the COR to also note temperature, biocide level, sample number, and pH of each sample. The log sheet shall be provided to the COR the same day of sampling prior to the contractor leaving the site. General: Provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide Legionella Testing services for up to (300) 250 mL Legionella samples bottles on an as needed basis at the following location: San Francisco VA Medical Center, 4150 Clement Street, San Francisco, 94121 The exact locations shall be chosen by the COR each time. Contractor shall utilize the log sheets provided by the COR to also note temperature, biocide level, sample number, and pH of each sample. The log sheet shall be provided to the COR the same day of sampling prior to the contractor leaving the site. Contractor shall respond to the facility within 24 hours of notification from the COR. General: Provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide Legionella Testing services for up to (30) 1000 mL Legionella samples on an as needed basis at the below locations. Contractor must be able to respond to the site within 24 hours of notification from the COR to collect the samples. San Francisco VA Medical Center, 4150 Clement Street, San Francisco, 94121 Transitional Homes: 1627 Lombard Street, San Francisco, 94123 994 Burnett Ave, San Francisco, 94131 The exact locations will be chosen by the COR each time. Contractor shall utilize the log sheets provided by the COR to also note temperature, biocide level, sample number, and pH of each sample. The log sheet shall be provided to the COR the same day of sampling prior to the contractor leaving the site. Certifications: Contractor s laboratory shall be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program, for the entire duration of the contract, as proficient at performing the culture of Legionella from environmental samples. REVERSE OSMOSIS (RO) SYSTEM Sterile Processing Service (SPS) General: Provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide (1) heterotrophic plate count water testing services each month of the year at each facility listed below. The sample must be taken on the same day as the previous month, plus or minus (5) days and shall be taken immediately downstream of water treatment processes. The samples shall be taken at the following locations: SPS Service Bldg. 200 sample total each month General: Quarterly, provide all personnel, labor, equipment, parts, tools, supplies, management, transportation, and other items necessary to provide (1) total organic compound test from the reprocessing area of SPS once per quarter in the months of December, March, June, and September at each facility listed below. The sample must be taken on the same day as the previous quarter, plus or minus (5) days and shall be taken immediately downstream of water treatment processes. The samples shall be taken at the following locations: SPS Service Bldg. 200 sample total each quarter WORK REQUIRMENTS: SAMPLING REQUIREMENTS Contractor shall take a first draw sample, not allowing the water to flush substantially prior to drawing the sample, unless otherwise directed by the COR. Contractor shall follow all healthcare safety and infection control practices and may be required to gown up, adorn scrubs, or wear other PPE as required to enter certain areas of the hospital. SAMPLE PREPARATION AND STORAGE FOR TESTING SAMPLES Contractor shall supply each Government facility with its commercial laboratory reference test manual to ensure that the collection and storage of samples are in accordance with Contractor's requirements. Contractor shall provide all materials necessary to collect and preserve samples that are destined to the commercial laboratory for testing. These materials include those items that are dictated by and in compliance with the collection requirements of the commercial laboratory. Contractor shall be responsible for providing the Government facility with acceptable days for collecting and shipping samples, so that all samples arrive at the lab within the shortest time possible, and no later than 72 hours after sample collection. TRANSPORTATION SERVICES FOR TESTING SAMPLES Contractor shall provide all necessary supplies for samples to be transported from the government's originating facility to the Contractor's laboratory. These supplies shall include, but may not be limited to: Shipping and packaging containers. These containers should be insulated to ensure samples stay within required temperature range during shipping. Required labels and packaging materials for shipping samples via courier. Test request forms shall be preprinted with the appropriate Shipping Section details and account information. SPECIMEN TESTING LEGIONELLA The Contractor and/or subcontractor shall perform culture testing for the presence of Legionella bacteria in water samples. The contractor shall determine the species of Legionella bacteria, if detected. All reference laboratory testing shall be executed in accordance with standard industry practices and performed only by a laboratory certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program as proficient at performing the culture of Legionella from environmental samples. R/O WATER TESTING AND DENTAL UNIT WATERLINE TESTING The contractor and/or subcontractor shall perform the type of testing outlined above. The contractor and/or subcontractor shall utilize a lab which is certified by EPA or the State of California to analyze drinking water samples for compliance monitoring. GENERAL The Contractor shall provide the minimum and maximum turnaround times from the date of shipping the water samples to the date test results are received by the facility. The contractor shall ensure the accurate and timely performance of laboratory testing services in accordance with the turnaround times identified by the contractor. REPORTING OF RESULTS The results of testing shall be reported within the prescribed turnaround times provided by the Contractor. A report of laboratory testing results must be issued either as a printed final copy or through email to the designated COR. However, in unusual circumstances where electronic delivery is not possible, the Contractor shall deliver the reports without an additional charge by expedited overnight courier shipping, mailing and/or transportation services by hand within 24 hours. Each test report shall, at minimum, include the following information: Submitting facility name Submitting facility account number Test(s) ordered Date/time of sample collection (when available) Date/time test completed Test result Flagged abnormal results Name and address of testing laboratory Name of sampler Positive test results shall be communicated by telephone to a designated Government contact person(s) at the originating Government facility upon verification of the critical test result. The telephonic report shall be followed by an electronic transmission. Contractor shall provide a copy of the Chain of Custody form with the sample results. CONTRACTOR S QUALIFICATIONS A minimum of (2) years of experience conducting water sampling for Legionella, and Reverse Osmosis systems. INFECTIOUS CONTROL The contractor shall provide at no additional charge any needed supplies for infection control such as masks, gloves and alcohol hand gel. The Veterans Health Administration (VHA) Directive 1192.01 (Attachment A) has been issued to establish policy and provides guidance for the prevention of seasonal influenza in VHA facilities through the vaccination of health care personnel (HCP).  HCP include contractors who perform services at these facilities and other personnel whose duties put them in direct contact with patients outside VA medical facilities.  It is VHA policy that medical facilities will achieve a mandatory seasonal influenza vaccination program by requiring all HCP to receive annual seasonal influenza vaccination or obtain an exemption for medical or religious reasons. HCP are required to submit the Health Care Personnel Influenza Vaccination Form, VA Form 10-9050 (VHA Directive 1192.01, Appendix B) by November 30 of each year to Employee Occupational Health.  Wearing a face mask as described in Appendix A of VHA Directive 1192.01 when an exemption to the influenza vaccination has been granted.     PERSONNEL POINT OF CONTACT (POC). The Contractor shall provide a primary Point of Contact who shall be responsible for the delivery and performance of the work. The name of this person, and any alternate(s), to include duty hours and telephone numbers, shall have full authority to act on behalf of the Contractor for the specific order (call) and shall be identified prior to performance. TECHNICAL CONTRACTOR FURNISHED ITEMS AND SERVICES. CERTIFICATES, LICENSES, TRAINING AND PERMITS. The Contractor shall, at no additional cost to the Government, obtain all certificates, licenses and permits required for performance of these services, and for complying with all applicable local, state, and Federal laws, rules and regulations. Contractor shall provide training certificates of staff performing the sampling and testing. EQUIPMENT Contractor shall provide own equipment for reading biocide level, temperature, and pH. Contractor shall provide all sampling, testing, and reporting materials and shall provide, annually, the calibration date of equipment to be utilized on site.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7474f35c149a454cb5e1f45f54627519/view)
 
Place of Performance
Address: San Francisco VA Health Care System 4150 Clement Street, San Francisco 94121, USA
Zip Code: 94121
Country: USA
 
Record
SN07161116-F 20240809/240807230126 (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.