Posted: Nov. 15, 2024, 1:20 p.m. EST
November 12, 2024: Amendment to a Previous Combined Solicitation Page 1 of Amendment to a Previous Combined Solicitation Page 3 of 3 Amendment to a Previous Combined Solicitation *= Required Field Amendment to a Previous Combined Solicitation Page 1 of 3 1. Please acknowledge all amendments to this solicitation when offers are submitted. 4. This solicitation now ends on November 22, 2024 at 3:00 PM EST. Any offers submitted past this date and time will not be considered. End of Document
Novemeber 15, 2024: Amendment II,
1. Please acknowledge all amendments to this solicitation when offers are submitted.
2. Parts of the original solicitation has been revised.
1. NAICS Code Updated
2. Statement of Work has been updated to include details from the RFQ Questions.
3. Additional CLIN has been added.
3. Attached is the current list of question and answers from vendors.
Posted: Nov. 12, 2024, 8:10 a.m. EST
Posted: Oct. 30, 2024, 9:14 a.m. EDT
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24424Q1001. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-07 effective 09-30-2024, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at FAR | Acquisition.GOV. This Solicitation is being competed as a Service-Disabled Veteran Owned Small Business Set-Aside. The NAICS Code is 561790, with a business size standard of $19 million. The Product Service Code (PSC) is H146. The NCO4 Contracting Office is seeking to establish water sampling and analysis services for the Lebanon VA Medical Center in accordance with the Statement of Work (SOW). Service Contract Act Wage Determinations applies to this acquisition and will be incorporated into the resulting contract and task orders. The current Wage Determination, 2015-4231 v.25 Dated 07.22.24, is included with this solicitation as an attachment. Complete instructions for submitting a response to this solicitation and applicable provisions and clauses are found in the solicitation. All offerors are advised to pay careful attention to the quote submission instructions as there are very specific instructions as what is required to be provided. I. Quote Submission Instructions: A. Failure to follow the instructions below may result in elimination from award consideration or a non-responsive determination. 1) Quotes shall be submitted through email only. Multiple emails are allowable if necessary due to document size limitations. 2) All quotes shall include one (1) separate electronic copy of each of the Section listed below. The Sections must be clearly identified as described below (either as the title of the document or on the actual document). 3) No price information shall be included in the technical section. If pricing information is found in the technical section, the quote may be considered non-responsive and not evaluated. B. Section I Administrative/Regulatory. Page limit: None. Please be advised that this Section is not sent for technical evaluation. 1) In accordance with FAR 4.1102 and FAR 52.204-7 (b)(1) offerors must be registered in the System for Award Management (SAM) database at time of quote submission and at time of award. Registration may be done online at: www.acquisition.gov or www.sam.gov. 2) Vendors are advised that the requirements of 13 CFR 125.6 may be applicable to this solicitation and shall respond accordingly. The vendor shall include a narrative regarding subcontractors and a detailed description of how the offeror plans to adhere to the requirements of 13 CFR 125.6. This narrative shall describe what tasks the prime will perform and what tasks the subcontractors will perform. The response shall also provide the subcontractor s business name and UEI. If the offeror does not plan to use subcontractors, they need to respond accordingly. Failure to provide the requested information regarding 13 CFR 125.6 may result in a non-responsive determination. 3) Completed Certificate of Compliance for Services and Construction at 852.219-75 shall be submitted. Failure to complete, sign and submit this certification will automatically result in a non-responsive determination and no further consideration for award. C. Section II Technical. Please Note this section is not sent for Technical Evaluation. Page limit: 10 pages including any coversheets and table of contents. Certifications are not included in the page count. 1) Shall show proof that they have the ability to use a laboratory that is a certified Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program or the Public Health England (PHE) Legionella External Quality Assessment (EQA) scheme at performing the culture of Legionella from environmental samples. Information about the CDC ELITE program and a listing of laboratories that are ELITE members can be found at https://wwwn.cdc.gov/elite/public/elitehome.aspx. 2) Laboratories shall be able to process water samples for microbiological testing must: C-2 February 16, 2021, VHA DIRECTIVE 1061(2) APPENDIX C (a) Be accredited by a recognized regional, national, or international accrediting. 3) For Critical and Utility Water Testing Contractor shall be able to conduct testing in accordance with the Association for the Advancement of Medical Instrumentation (AAMI ST108-2023) Compliance Testing Critical & Utility Water Testing. 4) Laboratory used for analysis must be EPA or state certified to conduct HPC analysis. Contractor must provide a copy of EPA or state certificate for the laboratory. 5) Shall be able to fulfill all the testing requirements outlined in Appendix A. 6) The quoter may provide past performance narratives, description of work, results of work, and the dollar value for completed commercial projects similar in size and scope. (Not required) D. Section III Price. No page limit. Please note, this section is not sent to the technical evaluators. 1) Quoters are required to complete the pricing information found in the schedule of the solicitation. Line items shall not be edited. Pricing per unit and total per line are required as well as contract total. II. Evaluation of Quotations The Government intends to issue a single award indefinite delivery indefinite quantity contract in response to this solicitation. Quotes will be evaluated in accordance with the criteria set forth below. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, prospective offerors are encouraged to submit initial quotes that represent the best terms and conditions of the offeror. Quotes will be evaluated for technical compliance using the submittals requested in the solicitation. The technical portion shall be rated on a Lowest Price Technically Acceptable (LPTA) basis. Award will be made to the responsible quoter who is compliant with solicitation and provides the best value to the government. The period of performance (POP) in the attached schedule is an estimate. It is anticipated a five-year IDIQ fixed-priced contract will be awarded from the solicitation. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database. Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4. Questions may be sent via email to Keri Lewis at Keri.Lewis2@va.gov. No questions will be answered after 11/06/2024. No questions regarding the current/past contract will be answered. Those questions shall be addressed to the appropriate FOIA office.
Background
The National Contracting Office 4 (NCO4) of the Department of Veterans Affairs is issuing this solicitation to establish water sampling and analysis services for the Lebanon VA Medical Center. The goal of this contract is to ensure compliance with various health and safety standards, including the Veterans Health Administration Directive 1061, CDC guidelines, and EPA regulations. This solicitation is set aside for Service-Disabled Veteran Owned Small Businesses.
Work Details
The contractor will be responsible for collecting and analyzing water samples from the Lebanon VA Medical Center. Key tasks include:
1. Furnishing all personnel, supervision, equipment, supplies, certifications, transportation, and resources necessary for water sampling and analysis.
2. Ensuring compliance with VHA Directive 1061, Infection Control Standards for VA Dental Clinics, CDC guidelines, EPA Safe Drinking Water Act, and AAMI Standard ST108.
3. Providing sterile sample containers appropriate for analysis and ensuring proper preservation during transport under strict chain of custody procedures.
4. Reporting requirements include emailing sample analysis reports to designated Point of Contact(s) at Lebanon VAMC within four to seven business days of sample receipt.
5. Notifying Lebanon VAMC POC within 24 hours of any positive sampling results.
6. Conducting retesting as required within 48 hours of notification by the POC.
7. Maintaining a signed chain of custody report for all samples collected.
Period of Performance
The period of performance for this contract is from January 14, 2025, through January 13, 2030.
Place of Performance
The services will be performed at the Lebanon VA Medical Center located at 1700 South Lincoln Avenue, Lebanon, PA 17042.