THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that can provide all personnel, labor, equipment, tools, materials and vehicles necessary for collection, testing and mailing of water samples for Legionella Pneumophila obtained throughout the Eastern Colorado Health Care System (ECHCS), as required by Veterans Health Administration (VHA) Directive 1061, Centers for Disease Control (CDC) Elite Protocol, Colorado Department of Public Health and Environment (CDPHE), and applicable standard methods of organizations such as, but not limited to, US Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), National Institute of Safety and Health (NIOSH) and National Environmental Methods Index (NEMI). This requirement is for multiple locations within the Eastern Colorado Health Care System:
Rocky Mountain Regional VA Medical Center (RMRVAMC)
Building H and Building K
1700 N. Wheeling St.
Aurora, CO 80045
Pueblo Community Living Center
2600 Oakshire Lane
Pueblo, CO 81001
Valor Point Domiciliary
7350 W Eastman Place
Lakewood, CO 80227
VA Medical Center Post Traumatic Stress Disorder (PTSD) Facility
Building R
1700 N. Wheeling Street
Aurora, CO 80045
VA Fisher House
Building Q
1700 N. Wheeling Street
Aurora, CO 80045
Four (4) Cooling Towers
(06-CT-1, 06-CT-2, 06-CT-3, and 06-CT-4)
Building L, Roof
1700 N. Wheeling Street
Aurora, CO 80045
NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) Veteran-Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond.
NAICS code to be used for this acquisition is 541830. All interested firms who can MEET and FULFILL the requirements stated in the Summary of Requirements below should respond, in writing, with the following information:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments.
Responses and questions may be submitted electronically to:
Lindsey.Zwaagstra@va.gov and NCO19Lab@va.gov in a Microsoft word compatible format no later than Friday, June 10th, 16:00pm Mountain Time. PHONE CALLS NOT ACCEPTED.
SUMMARY OF REQUIREMENTS:
After completion and receipt of quarterly sampling results, an electronic version of analytical laboratory reports with all attachments shall be submitted to the Contracting Officer with a cover report containing the following sections, as a minimum:
Sampling plan summary with a description of the locations
Sampling areas assessed, sampling methodology.
Tables of the on-site test results entered in a MS Excel format spreadsheet.
Copies of the laboratory analysis reports with Chain of Custody form(s).
In general, dates and times for collection of samples shall be coordinated with the Contracting Officer at least 10 days in advance of the work.
c. An exception to the typical 10-day timeframe would be when the presence of Legionella P, or similar pathogen, was reported by the testing lab. After informing the government within 24 hours, expedited re-sampling, testing, and processing would then be proposed to the Contracting Officer for review and consideration as a possible amendment to the contract as a compensable condition.