Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
DOCUMENT

H -- Water Testing Services - Attachment

Notice Date
6/8/2015
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;Services 1
 
Solicitation Number
VA24415N1014
 
Response Due
6/11/2015
 
Archive Date
6/26/2015
 
Point of Contact
Brittney Parker
 
E-Mail Address
brittney.parker@va.gov
(brittney.parker@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No proposals are being requested or accepted with this notice. The Department of Veterans Affairs Altoona James E. Van Zandt VAMC is seeking a company that can meet the requirements below for an estimated quantity of 160 tests annually. We are contemplating a base plus four option periods. LABORATORY REQUIREMENTS -Environmental microbiology accreditation by a nationally recognized accrediting body (e.g., EMLAP, NELAP) -Certified by the Centers for Disease Control (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) program. -Laboratory shall provide CDC culturable analysis that will identify and enumerate: L. pneumophila (serotyping included), plus L. anisa, L. bozmanii, L. dumoffii L. gormanii, L. jordanis, L. longbeachae, L. micdadei, L. macheachernii -Laboratory must be able to provide molecular typing to characterize environmental legionella isolates. Molecular characterization is not included in the service contract. -Laboratory shall retain specimens temporarily for at least one week in the event that molecular characterization is required. -Laboratory must be able to provide and test swab samples. Swab sampling is not including in the service contract. -Rapid testing methods are not permitted. -Laboratory shall provide heterotrophic plate count analysis and retain samples for one week. oEnumeration of bacteria shall be provided however identification is not included in the service contract. -Laboratory shall confirm receipt of samples when delivered and sample results shall be provided immediately upon testing completion. -Laboratory will provide required sampling material: to include shipping labels, shipping boxes, chain of custody, 1 Liter sterile bottles, 250ml sterile bottles as required. Samples shall be overnighted for delivery the following morning. Bottles must include any preservative or neutralizing agents that are required for legionella testing. -Any additional shipping recommendations that the selected laboratory has shall also be included (i.e. foam chips, insulation, ice). The NAICS code for this procurement is 541380. Responses to this notice should include the following: Offeror's company name, DUNS, address, point of contact, title, phone number, email address, and Federal Supply Schedule contract number on General Services Administration (GSA) (if applicable). Offeror's type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Business (SDVOSB) must be verified in VetBiz. All responses shall be submitted in writing via email no later than 4:00pm (ET) June 11, 2015 to Brittney Parker at Prittney.Parker@va.gov. E-mail: Brittney.Parker@va.gov. Facsimile or telephonic responses will not be accepted. Simply responding as an "interested party" in www.fbo.gov does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website or GSA website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://www.sam.gov in order to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415N1014/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-15-N-1014 VA244-15-N-1014.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2093175&FileName=VA244-15-N-1014-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2093175&FileName=VA244-15-N-1014-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Altoona Veteran Affairs Medical Center;James E. Van Zandt VAMC;2907 Pleasant Valley Blvd.;Altoona, PA
Zip Code: 16602
 
Record
SN03756521-W 20150610/150608234734-18cc6640f7123a2180ac435459be673f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.