Search Contract Opportunities

Water System Testing and Maintenance | Water Sampling and Analysis Services (VA-25-00008778)   2

ID: 36C24425Q0149 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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 36C24424Q1049. 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 Small Business Set-Aside. The NAICS Code is 541380, 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. 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 12/16/2024. No questions regarding the current/past contract will be answered. Those questions shall be addressed to the appropriate FOIA office.
Background
The NCO4 Contracting Office of the Department of Veterans Affairs is seeking to establish water sampling and analysis services for the Lebanon VA Medical Center. This solicitation is issued as a Request for Quote (RFQ) under the solicitation number 36C24424Q1049. The contract aims to ensure compliance with health and safety standards related to water quality, particularly focusing on Legionella testing and other microbiological assessments as outlined in the Statement of Work (SOW). This acquisition is set aside for small businesses.

Work Details
The contractor will be responsible for conducting various water sampling and analysis services, including:
1. Quarterly Legionella Testing (maximum of 150 samples per quarter).
2. Quarterly Legionella Retesting (maximum of 5 samples per quarter).
3. Quarterly Legionella Testing for Cooling Tower.
4. Quarterly Heterotrophic Plate Count (HPC) Dental Water Testing.
5. Quarterly HPC Dental Water Retesting.
6. Biweekly Testing of Critical Water for Bacteria/Total Coliform.
7. Monthly Testing of Critical Water in accordance with AAMI ST108-2023 Compliance Testing.
8. Monthly Total Organic Carbon, Total Inorganic Carbon, and Total Carbon Testing.
9. Quarterly Testing of Utility Water and Retesting of Critical and Utility Water as needed.
10. Monthly Endotoxin Testing and Annual Endotoxin Retesting.
11. Monthly and Quarterly Alkalinity Testing.
12. Monthly Conductivity Testing and Annual Conductivity Retesting.
13. As Needed PCR Testing as specified in the SOW.

Period of Performance
The anticipated period of performance is from January 14, 2025, to January 13, 2030, covering a five-year indefinite delivery indefinite quantity (IDIQ) contract.

Place of Performance
The services will be performed at the Lebanon VA Medical Center located at 1700 South Lincoln Avenue, Lebanon, PA 17042.

Overview

Response Deadline
Dec. 27, 2024, 3:00 p.m. EST Past Due
Posted
Dec. 10, 2024, 1:46 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Department of Veterans Affairs Network Contracting Office 4 Lebanon 17042
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 12/10/24 VISN 4 issued Synopsis Solicitation 36C24425Q0149 for Water System Testing and Maintenance | Water Sampling and Analysis Services (VA-25-00008778) due 12/27/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541380 (SBA Size Standard $19 Million) and PSC H146.
Primary Contact
Title
Keri Lewis
Name
Contract Specialist   Profile
Phone
Email Only.

Documents

Posted documents for Synopsis Solicitation 36C24425Q0149

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24425Q0149

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C24425Q0149

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 36C24425Q0149

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24425Q0149

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24425Q0149

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24425Q0149

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 244-NETWORK CONTRACT OFFICE 4 (36C244)
FPDS Organization Code
3600-00244
Source Organization Code
100163848
Last Updated
Dec. 30, 2024
Last Updated By
keri.lewis2@va.gov
Archive Date
Dec. 30, 2024