The RFP Database
New business relationships start here

Legionella Testing For Patient Care Buildings


Wisconsin, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought
The Edward Hines, Jr. VA Hospital in Hines, IL has a requirement for Legionella Testing services. This request for information is to provide opportunity for businesses to assert their interest in the provided statement of work. If your business is interested in submitting a quote for the attached SOW please send an e-mail to Brandon.Harris@va.gov. Please respond no later than 1:00 PM CST August 23, 2019.
Please include information about your business size, capabilities, and whether you are registered on https://www.vip.vetbiz.va.gov/.

STATEMENT OF WORK
LEGIONELLA TESTING
1. Background.

The Department of Veterans Affairs is required to perform water tests to meet criteria set forth by the VA Directive 1061. These tests have increased in frequency, quantity and type of test.

2. Objectives.

This contract package intends to provide a service agreement with the vendor to support the required water testing to meet VA Directive 1061.

3. Scope.

The contractor shall provide all labor and materials to sample and test domestic potable water. The tests are to include results for quantity of Legionella per 100ml sample with all positives speciated, e.g. analysis will include the culture, identification and enumeration of Legionella species and serotyping including Legionella pneumophila (serogroups 1-15), L. dumoffii, L. micdadei, L. bozemanii (serogroup 1), L. longbeachae (serogroups 1, 2), L. jordanis L. feeleii (serogroup 1), L. gormanii, L. wadsworthii, L. hackeliae, L. maceachernii, L. oakridgensis, L. cherrii, L. sainthelensi, L. anisa, L. parisiensis, L. spiritensis, L. jamestownensis, L. steigerwaltii, L. rubrilucens, and L. erythra.

The laboratory will provide a report indicating the analytical results for each sample submitted.

Results will be returned on the same spreadsheet provided for the sampling. No changes will be made to any of the data provided for area or source sampled.

Draft Results will be returned within 24 hours of the results being returned to the contractor and watermarked on the spreadsheet as DRAFT COPY.

Final results will be due within 2 days of the receipt of the draft results.

Results will be calculated in terms of colony forming units (CFU).

All samples shall be properly preserved and protocol records kept for final QA/QC.B

The laboratory must be certified by the Centers for Disease Control and Prevention (CDC) Environmental Legionella Isolation Techniques Evaluation (ELITE) Program as proficient at performing the culture of Legionella from environmental samples.B

The laboratory should also have environmental microbiology accreditation by a nationally recognized accrediting body (e.g., EMLAP, NELAP).

The contractor will be required to take 20 samples per building, 10 from the hot water distribution side and 10 from the cold water distribution side. Buildings included in this work include: Building 100, 113, 128, 217, 221, and 228. Building 200 will require 40 samples due to upper and lower floor water distribution systems. At the time each water sample is taken, test and document the following for each sample: water temperature, level of residual biocide, and pH.

The contractor will supply all labor and material to resample all positive samples using the same procedure until results come back negative.

4. Task Identification.

The Contractor and any of its subcontractors shall provide all management, tools, supplies, equipment, and labor necessary to collect, send track and report all findings for each sample drawn from the attachment A: schedule of buildings listed. Contractor will have a local office to respond to requests for service within 12hrs of request for service.



BASE YEAR: November 1, 2020 through October 31, 2020

Item
Description of service
Qty
Units
COST PER SAMPLE
Total
1
Scheduled on site water samples from various buildings for microbial testing for legionella quarterly as defined herein.
640
ea


2
Retesting results
exceeding test quantities including parts
and labor must be approved by the
Contracting Officer. Exceeding price
threshold without proper approval will
be at the contractors own risk. Retesting will be
paid only for work performed.
160
ea




Option year 1 YEAR: November 1, 2020 thru October 31, 2021

Item
Description of service
Qty
Units
COST PER SAMPLE
Total
1
Scheduled on site water samples from various buildings for microbial testing for legionella quarterly as defined herein.
640
ea


2
Retesting results
exceeding test quantities including parts
and labor must be approved by the
Contracting Officer. Exceeding price
threshold without proper approval will
be at the contractors own risk. Retesting will be
paid only for work performed.
160
ea


Option year 2 YEAR: November 1, 2021 thru October 31, 2022

Item
Description of service
Qty
Units
COST PER SAMPLE
Total
1
Scheduled on site water samples from various buildings for microbial testing for legionella quarterly as defined herein.
640
ea


2
Retesting results
exceeding test quantities including parts
and labor must be approved by the
Contracting Officer. Exceeding price
threshold without proper approval will
be at the contractors own risk. Retesting will be
paid only for work performed.
160
ea




Option year 3 YEAR: November 1, 2022 thru October 31, 2023

Item
Description of service
Qty
Units
COST PER SAMPLE
Total
1
Scheduled on site water samples from various buildings for microbial testing for legionella quarterly as defined herein.
640
ea


2
Retesting results
exceeding test quantities including parts
and labor must be approved by the
Contracting Officer. Exceeding price
threshold without proper approval will
be at the contractors own risk. Retesting will be
paid only for work performed.
160
ea


Option year 4 YEAR: November 1, 2023 thru October 31, 2024

Item
Description of service
Qty
Units
COST PER SAMPLE
Total
1
Scheduled on site water samples from various buildings for microbial testing for legionella quarterly as defined herein.
640
ea


2
Retesting results
exceeding test quantities including parts
and labor must be approved by the
Contracting Officer. Exceeding price
threshold without proper approval will
be at the contractors own risk. Retesting will be
paid only for work performed.
160
ea




5. Time Frames and Deliverables.
Describe the items to be delivered throughout the period of performance and at completion of the contract, if applicable. The delivery schedule format is as follows:
Kickoff meeting with Engineering Service Pipe Shop: Award Date + 7 Days
Work Plan to Engineering Service Pipe Shop: Award Date + 7 Days
Quarterly samples Award Date + 30Days
Retests 24hrs
Immediate need tests 12hrs

Deliverables: One Time Service (one (1) year duration).
Period of Performance: 365 Days (1 year).
6. Performance Monitoring.
The Government will periodically evaluate the Contractor s performance by appointing a representatives to monitor such performance and ensure services are received. The Government representative will evaluate the Contractor s performance through intermittent on-site inspections of the Contractor's quality control program and receipt of complaints from facility personnel. The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the Government may decrease the number of quality control inspections if performance dictates.
7. Security Requirements.
Upon arrival at the Edward Hines Jr VA Hospital, the contractor shall be required to report to the Pipe Shop, Engineering Service, to obtain contractor identification badges and wear when on station and at the remote locations as required and will be escorted during collections of samples. The contractor will not need access to VA Sensitive Information or the Hines LAN to execute the requested services. When on-site services are completed, the contractor shall document the services rendered on a legible, contractor service report and submit to the COR for certification (signature) if applicable. If the COR is unavailable, an employee in the work unit may be designated to certify the services. A copy of the signed service report must be provided to the Edward Hines Jr VA Hospital, Engineering Service by the contractor at the time the service is provided.
8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
No GFE.
VHA Directive 1061
9. Other Pertinent Information or Special Considerations.
Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in calibrating test equipment as applicable. All licenses and permits shall be kept current throughout the period of performance of the contract. The Contractor shall provide the Government copies of such certificates.
10. Risk Control.
Laboratories that process the water samples for Legionella must be certified by the 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 as proficient at performing the culture of Legionella from environmental samples. Information about CDC ELITE certified laboratories can be found at https://wwwn.cdc.gov/elite/Public/MemberList.aspx. Laboratories must also be able to determine if the Legionella detected in environmental samples is the species Legionella pneumophila serogroup 1. NOTE: Per CDC guidance, rapid testing methods, such as polymerase chain reaction (PCR) and direct fluorescent antibody (DFA), are not recommended for the detection of Legionella in environmental water samples. In addition to the requirement for current CDC ELITE or PHE Legionella EQA certification, consider using a laboratory that also has environmental microbiology accreditation by a recognized accrediting program

11. Place of Performance.
Edward Hines Jr. VA Hospital
5000 S. 5th Avenue
Hines, IL 60141

Brandon Harris
email: Brandon.Harris@va.gov

Brandon Harris - Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP