H946--FY23 Water Quality Sampling and Analysis Service

expired opportunity(Expired)
From: Federal Government(Federal)
36C24822Q1699

Basic Details

started - 24 Aug, 2022 (20 months ago)

Start Date

24 Aug, 2022 (20 months ago)
due - 30 Aug, 2022 (20 months ago)

Due Date

30 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C24822Q1699

Identifier

36C24822Q1699
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103459)VETERANS AFFAIRS, DEPARTMENT OF (103459)248-NETWORK CONTRACT OFFICE 8 (36C248) (4787)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE This not a request for quotes; the Government is seeking information for market research purposes only. The Department of Veterans Affairs, Network Contracting Office 8 San Juan, Puerto Rico is currently conducting a market survey for potential qualified firms capable to provide sampling, analysis and monitoring services drinking water and other critical water quality programs that includes but are not limited to Sterilize Processing Service (SPS), Surgery Service, Pathology Laboratory among others as assigned in accordance with applicable regulatory guidance. Place of performance shall be at various VA Caribbean Healthcare System (VACHS) installations throughout Puerto Rico and various overseas locations. The VACHS is comprises of San Juan Medical Center, Out-Patient Clinics (OPCs) at Ponce and Mayaguez and Community Based Outpatient Clinics (CBOCs) in Arecibo, Guayama; Saint Croix and Saint Thomas in US Virgin Islands, and Rural
Clinics at Comerio, Vieques, Utuado and Ceiba. The North American Industry Classification System (NAICS) is 541620- Environmental Consulting Services, and Product Service Code (PSC) is H946 -Other Quality Control Testing and Inspection-Water Purification and Sewage Treatment Equipment. Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statemen, Unique Entity Identifier (UEI) number, address, point of contact and examples of similar facilities to which similar services have been provided. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. Contractor must be registered in System for Award Management (SAM) (see internet site: https://www.sam.gov). A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov/content/opportunities later, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Specific areas to be addressed in capability packages submitted by respondents are as follows: 1. Capability Statements, if considering sub-contracting state so in your response and include sub-contractor information to include UEI and name. 2. General Requirements Specifications as set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance characteristics of items furnished in the system. The Offeror shall meet or exceed the minimum requirements and shall be held responsible for the supply, performance and overall quality of the requested resources, services and items. Performance Requirements The contractor shall provide all personnel, services, equipment, transportation, supervision and other items and services necessary to perform analysis of drinking water and critical water quality as defined in this performance of work statement. The contractor shall perform to the standards in this contract. The contractor will supply all equipment and facilities required for water sampling that includes but not limited to coolers, ice packs, and sampling jars. OBJECTIVES: General performance objectives includes, but not limited to: The Contractor shall comply with all applicable (1) federal, state, environmental statutes, regulations, and rules (including all changes and amendments), (2) Presidential Executive Orders (EOs) in effect on the date of issuance, and VA requirements. Comply with the VACHS Comprehensive Water Sampling, Analysis, and Monitoring Plan. For work at overseas locations, the Contractor shall also comply with applicable US Virgin Islands Division of Environmental Protection Drinking Water Standards Title 19 Health, Chapter 51. Contractor will conduct routine and non-routine sampling and laboratory analysis of drinking water as determined by the Government. The Contractor shall also perform other sampling and laboratory analysis of water, as directed. The Contractor shall respond, along with government personnel, to any spill situations and obtain and analyze necessary samples. Emergency or non-routine sampling and laboratory analysis for VACHS will be performed by the Contractor, as required. The Contractor shall be responsible for collecting all samples in accordance with accepted procedures, properly recording the sample information on the chain of custody form, logging samples into the VACHS office logbook, preserving the samples for transport, arranging for transportation of the samples to the Contractor laboratory for analysis, performing comprehensive analytical laboratory services, and providing accurate analytical results. Sample Collection and Analysis. The contractor shall be collected by a Puerto Rico Department of Health (PRDH) license certified drinking water sampler and analyze the samples in a Puerto Rico Department of Health (PRDH) certified laboratory with methods approved by USEPA. Chemical Analysis. The contractor will accomplish the analysis using a method approved by the EPA and listed under 40 CFR141.23, 40 CFR 141.24, and 40 CFR 141.30. Laboratory detection limits and the number of significant digits included in reported results must comply with those specified in 40 CFR 141, Parts 23, 24 and 30. The contractor must ensure that all minimum reporting limits for analysis are less than the maximum contaminant level for primary drinking water regulations/standards Maximum Contaminant Levels (MCL) and, if applicable, the secondary maximum contaminant levels. Laboratory Certification Requirements. All environmental laboratories performing work under this contract must hold all the PRDH and the USEPA Environmental Certifications for all the analysis in each task or must hold either Primary NELAP Accreditation or Secondary NELAP Accreditation for all the analysis in each task. Laboratories that process water samples for microbiological testing (Heterotrophic Plate Count (HPC), Endotoxins, Pseudomonas Aeruginosa, Non-tuberculous Mycobacteria (NTM), among others) must be accredited by a recognized regional, national, or international accrediting body as follows: In accordance with a laboratory accreditation standard (e.g., ISO/IEC 17025:2017, General Requirements for the Competence of Testing and Calibration Laboratories). Laboratories may meet the requirements by holding a mix of all three certifications or accreditations in each task and must hold all the required certifications and/or accreditations consider using a laboratory that also has environmental microbiology accreditation by a nationally recognized body. Examples of such accrediting bodies include the National Environmental Laboratory Accreditation Program (NELAP); the American Association for Laboratory Accreditation (A2LA); and the Environmental Microbiology Laboratory Accreditation Program (EMLAP). Plea provide copies of all this certifications. Laboratory QA/QC Requirement. The Contractor shall provide laboratory audit prior to conduct any sampling events in accordance with the Laboratories Quality Standards. If the contractor has performed a laboratory audit within the previous six months that audit report may be submitted. The Contractor shall provide a copy of the audit report to the COR within 30 days of the award date. Laboratory shall meet all applicable Puerto Rico Department of Health (PRDH) (state certification) requirements and perform QA/QC requirements as specified in state and EPA-approved analytical procedures. The analytical capabilities of the lab shall be sufficient for the methods specified, and the lab shall have sufficient through-put capacity to handle the necessary analytical load during all sampling activities. Laboratories may also be subject to performance evaluation samples. The COR may require a new audit be performed if any deficiencies noted have not been corrected. Laboratories may be subject to on-site VACHS audits of their Quality Assurance/Quality Control (QA/QC) protocols and procedures. Standard Operating Procedures Manual (SOP). The Contractors are required to submit a Standard Operating Procedures Manual Certification. The Contractor must certify that portions of their SOP manual, as it applies to each task, are in compliance with the PRDH and USEPA NELAP Laboratory Certification Regulations. In addition, Contractor must certify that other sections of their SOP manual that are not required by the PRDH Laboratory Certification Regulations have been modified to conform with requirements of this contract. Method Detection Limit, Minimum Detectable Concentration, Precision and Accuracy, Determination Procedures. The SOP manual must include methods to achieve MDLs equal to the MDLs specified in the Drinking Water Method or specified in Federal Regulations at 40 CFR 141 and 143 for each parameter. The Contractor must determine MDLs in accordance with procedures set forth in Appendix B, 40 CFR 136, entitled Definition, and Procedures for the Determination of the Method Detection Limit, Revision 1.11. The Contractor must maintain and make available to VACHS ERS of any data generated and used for establishing MDLs, precision, and accuracy. Bacteriological Sampling Analysis San Juan Medical Center. The contractor will analyze bacteriological samples in a PRDH certified laboratory using a method for drinking water. The contractor shall analyze three (3) samples each month for microbiological profile that consist of the following parameters: chlorine residual, pH, temperature, Heterotrophic Plate Count, total coliform, and fecal/E-coli confirmation when required. Microbiological examination of samples will begin promptly upon return to the laboratory. Samples will be cultured the day of delivery and read after 24 hours of incubation. The contractor will not allow the time elapsing between sample collection and examination to exceed 24 hours. The contractor will analyze the samples within the legal holding time as specified in the analytical method. The contractor will analyze emergency samples and email results within 24 hours, when allowed by the analytical method, and 48 hours for all others. Bacteriological Sampling OPC, CBOCs and Rural Community Clinics. On a quarterly basis, the contractor will perform sampling and analysis for microbiological profile that includes pH, temperature, Total Dissolved Solids, E. Coli, Total coliforms, residual chlorine, and Heterotrophic Plate Count (HPC). The mentioned sample shall be taken at sampling point selected by the Environmental Regulatory Section. Frequency and additional samples may be requested by Government as necessary. Resampling may be required. Lead and Copper: On a semiannual basis, water samples will be collected at various locations throughout the water distribution system at VACHS San Juan facility. Resampling of parameters may be required if regulatory thresholds are not met. Disinfectant by Products: On a quarterly basis, water samples will be collected for designated locations at San Juan Medical Center to address disinfectant by products. Samples will be analyzed for Trihalomethane (TTMH), Bromodichloromethane, Dibromochloromethane, Bromoform and Haloacetic Acids (HAA5): Monochloroacetic acid, Dichloroacetic acid, Dichloroacetic acid, Trichocerid acid, Bromoacetic acid, Dibromoacetic acid, Bromate and Chlorite). Resampling of parameters may be required if regulatory thresholds are not met. Chloride Dioxide Disinfection System: On a quarterly basis, contractor will collect and analyze for disinfectant byproducts generated from Chloride Dioxide chemical injection system. Samples will be collected at various locations designated by government at San Juan Medical Center. Samples will be analyzed for Chlorine Dioxide, Bacteriological Sampling, Chlorite, and Bromate. Resampling will be required if sampling results do not meet regulatory thresholds Swimming Pool. The contractor will analyze water samples to determine quality conditions at the therapeutic pool in Main Building 1st Floor, San Juan facility. The contractor shall analyze for Heterotrophic Plate Count, Total coliform, and fecal/E-coli, pH, temperature, and residual chlorine. The contractor shall provide chain of custody forms and any other necessary processing documents. Resampling may be required if parameters do not meet regulatory thresholds. Critical Water RME Samples. The contractor will analyze water samples in a PRDH certified laboratory using a method for drinking water. The contractor shall analyze 8 samples/each at Reverse Osmosis (RO)/ Deionized (DI) Water Treatment Areas located at CP-1 DECO Main Building and OPA Building at San Juan Medical Center; RME SPS Water Treatment at Mayaguez Clinic, Mayaguez, Puerto Rico and RME SPS Water Treatment System at Ponce Clinic, Ponce, Puerto Rico. Sample locations will be selected by the ERS authorized personnel. Areas include but are not limited to incoming water (utility), RO system, post UV filter, distribution water loop and point of use. Water samples will be collected, analyzed for parameters: For Monthly sampling for each area: pH, temp, TOC, TDS, E. Coli/Total Coliform, HPC; For Quarterly sampling for each area: pH, temp, TOC, TDS, E. Coli/Total Coliform, HPC, Chloride, Hardness, Specific Conductance and for annual sampling for area: Endotoxins, Iron, Copper and Manganese. Resampling may be required if parameters do not meet recommended action levels Open Heart Water Quality Program: The contractor will collect and analyze on a quarterly basis, water samples from water filtered area and water contained in the Heat Cooler Devices used at Surgical Service San Juan Medical Center. Samples will be collected for HPC, E. Coli/Fecal Coliform, Total Coliform, Pseudomonas Aeruginosa and for Non-tuberculous Mycobacteria. Government personnel will escort contractor to these critical areas during the sampling process. Sample location will be designated by the VACHS Facility Management Service (FMS) Environmental Regulatory Section (ERS). Samples will be properly taken, handled, stored, transported, and identified in accordance with proper procedures for microbiological environmental water sampling. Resampling may be required if parameters do not meet recommended action levels. Deionized (DI) Water Quality Program: The contractor will collect and analyze on a monthly basis, water samples from DI water from various water treatment equipment area in support Pathology Laboratory Service located Main Building 1st Floor, San Juan facility. Water samples will be collected by and analyzed for Total Organic Content (TOC). Resampling may be required if parameters are not meet. Estimated annual sampling: Parameter Expected Quantity Bacteriological Sampling San Juan 36 Bacteriological San Juan Resampling 10 Bacteriological Sampling OPC, CBOCs 40 Bacteriological Resampling OPC and CBOCs 10 Disinfection Byproducts (TTHM & HAA5) 80 Disinfection Byproducts (TTHM & HAA5) Resampling 40 Lead and Copper 42 Lead and Copper Resampling 22 Water Well (all parameters) 1 Water Well Resampling (all parameters) 1 Heterotrophic Plate Count (HPC) 120 Total Organic Content (TOC) 120 pH 80 Temperature 80 Total Dissolved Solids (TDS) 80 Hardness 40 Chlorides 40 Conductivity 40 Iron, Copper and Manganese 12 Endotoxins 12 HPC 120 TOC 120 pH 80 Temperature 80 Total Dissolved Solids (TDS) 80 Hardness 40 Chlorides 40 Conductivity 40 Iron, Copper & Manganese 12 Endotoxins 12 HPC 120 TOC 120 pH 80 Temperature 80 Total Dissolved Solids (TDS) 80 Hardness 30 Chlorides 30 Conductivity 30 Iron, Copper & Manganese 12 Endotoxins 12 HPC 120 TOC 120 pH 80 Temperature 80 Total Dissolved Solids (TDS) 80 Hardness 40 Chlorides 40 Conductivity 40 Iron, Copper & Manganese 12 Endotoxins 12 HPC 120 TOC 120 pH 80 Temperature 80 Total Dissolved Solids (TDS) 80 Hardness 40 Chlorides 40 Conductivity 40 Iron, Copper & Manganese 12 Endotoxins 12 Chloride Dioxide 40 Chloride Dioxide Resampling 10 Bacteriological Sampling San Juan 40 Bacteriological Resampling San Juan 10 Chlorite 40 Chlorite Resampling 10 Bromate 40 Bromate Resampling 10 Bacteriological Sampling 12 Bacteriological Resampling 12 E. Coli 36 Total Coliform 36 HPC 36 Non-Tuberculous Mycobacteria 12 Pseudomonas Aeruginosa 12 TOC 36 TOC Resampling 12 4. Identify any other companies owned (wholly or in part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 5. If you are in GSA, please provide schedule and contract number. 6. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 7. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. It is anticipated that the contract will be a Firm Fixed Price with a base period and four option periods of twelve (12) months each. Responses to this notice must be submitted to rafael.rodriguez2@va.gov no later than August 30, 2022, at 1:00 PM AST. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.

8875 HIDDEN RIVER PARKWAY  TAMPA , FL 33637  USALocation

Place Of Performance : 8875 HIDDEN RIVER PARKWAY TAMPA , FL 33637 USA

Country : United StatesState : Florida

You may also like

MINNESOTA SULFATE WATER QUALITY SAMPLING PROJECT

Due: 15 Sep, 2027 (in about 3 years)Agency: ENVIRONMENTAL PROTECTION AGENCY

Water Testing Services (lakes and beaches)

Due: 18 May, 2024 (in 18 days)Agency: Blue Valley Laboratories

SCADA & WATER QUALITY INSTRUMENT ON-CALL SERVICES (CANCELLED)

Due: 03 May, 2024 (in 3 days)Agency: The Metropolitan Nashville Airport Authorit

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541620Environmental Consulting Services
pscCode H946Other Quality Control, Testing and Inspection Services: Water Purification and Sewage Treatment Equipment