Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2025 SAM #8578
SOURCES SOUGHT

H -- SOURCES SOUGHT NOTICE WATER TESTING FOR CLINICAL SERVICES HERSHEL WOODY WILLIAMS VA Medical Center. 581-25-4-523-0146

Notice Date
5/20/2025 8:35:04 AM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0529
 
Response Due
6/6/2025 7:00:00 AM
 
Archive Date
08/05/2025
 
Point of Contact
Bill Pratt, Contracting Officer, Phone: NA
 
E-Mail Address
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is posting this Source Sought Notice in order to identify vendors that are interested in and capable of providing contractor services. For water testing for clinical services. To ensure water safety for numerous clinical services for the HERSHEL WOODY WILLIAMS VA Medical Center. Locations of services: HERSHEL WOODY WILLIAMS VAMC 1540 SPRING VALLEY DRIVE, HUNTINGTON, WV 25704 DESCRIPTION OF WORK: GENERAL INFORMATION Introduction: The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV, 25704, provides care to more than 28,000 Veterans in both inpatient and outpatient settings. Patient safety is paramount to providing care for our Veterans. The medical center has a need to ensure water safety for numerous clinical services. Testing parameters are set forth in directives, handbooks, and other regulatory and accrediting agencies. The facility is currently renovating areas as well as changing equipment, resulting in the need for an Indefinite Delivery Indefinite Quantity (IDIA) contract to meet the testing needs. Background: This procurement will establish the formation of an IDIQ for water testing for clinical services as outlined in the scope of work. The requirement is for a base year with four optional year extensions for a total of five possible years. Contract Information: This IDIQ does not guarantee the quantity of use of line items as listed in the statement of work (SOW). The IDIQ under this SOW will have a total Period of Performance (POP) not to exceed 5 years. The Government reserves the right to cancel or terminate the IDIQ. Orders will be placed against the IDIQ by the facility. Scope of Work: The vendor will provide all supplies, labor, equipment, material, and supervision to perform the work as listed in the work requirements (section 2-work requirements) below. The vendor will have all final reports submitted to the Contracting Officer Representative (COR) email group (section 3-supporting information) in the format as outlined for each department in the work requirements (section 2-work requirements) listed below. Accreditations necessary: The laboratory must have environmental microbiology accreditation by a nationally recognized body, such as AIHA EMLAP, NELAP, etc. The laboratory must have the CDC ELITE certification. Proof of certification must be provided to the COR. WORK REQUIREMENTS The following testing options must be included in the BPA as separate line items. Heterotrophic plate count-Dental Service Heterotrophic plate count-Sterile Processing Service Heterotrophic plate count-Dialysis Service LAL/Endotoxin Testing-Dental Service LAL/Endotoxin Testing-Sterile Processing Service ST-108 Requirements: Critical Water ST-108 Requirements: Utility Water ST-108 Requirements: Start up day 1 ST-108 Requirements: Start up day 2 ST-108 Requirements: Start up day 3 pH Conductivity Alkalinity Hardness/Ionic Contaminants Panel To include chloride, copper, manganese, and iron Total Organic Carbon AAMI/Hemodialysis Water Profile To be reported in mg/L: beryllium, aluminum, chromium, iron, copper, zinc, arsenic, selenium, silver, cadmium, antimony, barium, mercury, thallium, lead, sodium, magnesium, potassium, calcium, fluoride, nitrate (as N), sulfate, and dissolved solids To be reported in megohm: resistivity Shipping and Handling Results for heterotrophic plate count will be reported in colony forming units per milliliter (cfu/ml) Repeat testing will be required for each unit that fails, after remediation by the medical center. Results will be reported no later than 14 calendar days from collection. Specimen collection will be conducted by personnel of the medical center and submitted to the testing laboratory. Instructions and supplies for collection, labeling, packaging, and shipping will be supplied by the vendor. SUPPORTING INFORMATION Place of performance: The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV, 25704 Dental: Building 12 Dialysis: Building 1S Sterile Processing: Building 2 All data collected and information developed in any format, including test results, shall be considered sensitive and shall be deemed confidential property of the VA. Nondisclosure of information specified within this scope and all related information, plans, research, and technologies shall be enforced. SPECIAL CONSIDERATIONS Supervision/Communications. During the performance, the vendor shall be available by phone or email. The COR is responsible for the inspection of the work called for in this job. The COR will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. Contractor Furnished Materials: The vendor shall supply all supplies for collection, packaging, and shipping to conduct work as listed in the Statement of Work above. The Certification and Accreditation (C&A) requirements do not apply, and a security accreditation package is not required. This acquisition does not involve the storage, generating, transmitting, or exchanging of VA sensitive information. It does not require a C&A or MOU-ISA for system interconnection. The facility owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which the facility shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Interested & Capable Responses: NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Huntington VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0529 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted NLT 10:00 AM (ET) June 6th, 2025. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/906ecb160c554da0822da7b8c041a6ff/view)
 
Place of Performance
Address: Department of Veterans Affiars HERSHEL WOODY WILLIAMS VAMC 1540 SPRING VALLEY DRIVE, Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN07450099-F 20250522/250520230054 (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.