H146--Sterile Processing Water Testing & System Maintenance

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159258788763815
Posted Date: Apr 23, 2024
Due Date: Apr 30, 2024
Solicitation No: 36C24124Q0481
Source: Members Only
Follow
H146--Sterile Processing Water Testing & System Maintenance
Active
Contract Opportunity
Notice ID
36C24124Q0481
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 23, 2024 06:49 am EDT
  • Original Response Date: Apr 30, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H146 - QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT
  • NAICS Code:
    • 221310 - Water Supply and Irrigation Systems
  • Place of Performance:
    Northampton VAMC Leeds , 01053
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 221310, H146) with a size standard $41 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Sterile Processing Water Testing and System Maintenance at the Northampton VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, April 30, 2024. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.
SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought.

Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 1 of 26
Performance Work Statement

Sterile Processing Water Testing and System Maintenance
Location(s):Edward P. Boland Campus, 421 N Main st Leeds, MA 01053
1 Overview
1.1 General Intent
The Contractor shall provide professional services to include all labor, transportation, materials,
apparatus, tools, equipment and permits necessary to perform the work in accordance with the
contractual requirements.
All work must adhere to VHA, OSHA, EPA, and Mass DEP standards
1.2 Contract Specific Requirements Sterile Processing Water Testing and System
Maintenance
After award, but prior to the start of any field work, the contractor shall contact the contract point of
contact (POC) (e.g. Contracting Officer s Representative, COR) to review proposed methods and
plans for the completion of the work.
Please note the bidding requirements related to this solicitation to ensure the following requirements
are met.
The following shall be performed:
1. All monthly and lesser frequency (i.e. quarterly, annually, etc) testing required in accordance
with (IAW) ANSI/AAMI ST108:2023.
a. Test samples and complete reports shall be completed within 15 business days and be
withing the same calendar month; collection shall be planned accordingly. Contractor
must provide a monthly virtual meeting review of test results with results which will
be uploaded to a contractor provided customer portal.
i. Bacteria results shall be informally communicated within 10 business days of
sampling. (If a Bacteria retest is required verbal results will be provided
within 5 business days.)
b. Invoices are accepted only after receipt of applicable reports are received. Reports
shall include recommended FboNotice cause corrective actions
c. Reports shall be provided summarizing compliant and non compliant results by
locations as well as clarifying notes or recommended action, but include original lab
reports and chain of custody as well as sample collection trip reports. Trip (or field
service) reports shall include a brief summary of all testing and maintenance actions
and timelines and dates including any noteworthy findings or recommendations.
d. The locations identified in Table 1 shall all be tested IAW ANSI/AAMI ST 108
2. Contractor shall perform all monthly and lesser frequency disinfecting and preventative
maintenance actions for the critical water system including softener system, reverse osmosis
(RO) system, deionized (DI) water polishing system, UV filtration, filters, tributary, piping,
and storage tank.
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 2 of 26
a. This shall include membrane, filter changes, seal changes, cleaning/disinfecting, light
change, chemical, resin, mineral and all other necessary actions.
b. All maintenance required by OEM or within the guidance of ST108 shall be
completed by the contractor including any specific means and methods outlined
within these documents
c. Trip/field report shall document all actions taken and be provided prior to invoicing.
3. Contractor shall supply and change Mechanical room filters (see Appendix B.1) in B166
quarterly.
4. Contractor shall permanently install proper sampling adapters, fittings and or valves (such as a
needle valve) on the washer and two sterilizer critical water sampling ports which currently
only have large ball valves insufficient for controlled sampling see appendix for current PVC
fixtures.
5. Contractor is responsible for ensuring their personnel wear all required personal protective
equipment (PPE). Contractor may utilize VA PPE supplies if they are appropriate for the
onsite personnel, but the contractor is ultimately responsible for ensuring proper fitting PPE is
available for its personnel and the VA shall not be liable for deficiencies or work stoppage
resulting from PPE issue.
6. Contractor shall provide written instructions and recommendation for any daily or weekly
requirements such as backflushing , regen , etc to maintain critical water quality.
7. Contractor shall conduct monthly meetings to review monthly water testing results and PM
activities with results being uploaded to contractor-supplied customer portal.
8. Contractor must provide a 24-hour service call-in number with a maximum 2 hour response
time.
9. Contractor s service technicians must have formal documented water quality systems training.
10. Contractor must perform regular audits of subcontractors.
11. Contractor must be ISO certified for Quality Management Systems
Contractor may store ladder and other small equipment necessary onsite for convenience near the
RO system in a tidy manner, but the VA shall not be responsible in any way for any materials
stored.
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 3 of 26
Table 1- Water Sampling Locations
Location Description Water type
1 RO tank feeder RO
2 Pre-DI Polish DI
3 Post-DI polish DI
4 Post UV and final filter Front DI
5 Post UV and final filter Back DI
6 Sterilizer 1 DI
7 Sterilizer 2 DI
8 DI Sink 1 DI
9 DI Sink 2 DI
10 Washer Disinfector DI
11 DI Return DI
12 Sterilizer 1 Steam/Condensate
13 Sterilizer 2 Steam/Condensate
14 Pre-softener Potable
15 Sink 1 Hot Utility
16 Sink 1 Cold Utility
17 Sink 2 Hot Utility
18 Sink 2 Cold Utility
19 Sonic 1 Hot Utility
20 Sonic 1 Cold Utility
21 Sonic 2 Hot Utility
22 Sonic 2 Cold Utility
23 Washer Hot Utility
24 Washer Cold Utility
Note scope to stall materials for critical water sampling at point of use. Note also the sonics and
washer utility water is currently a standard ¾ hose connection and does not have sample ports.
1.3 General Scope Items
The following is a list of general scope considerations:
1. All field work shall be scheduled at least 3 business days in advance with POC/COR.
2. The site shall be left clean of all debris and hazardous materials daily.
3. Coordinate with VA CWM HCS GEMS coordinator for the signing of the waste manifests or
management regulation.
4. Submit, to the COR product data and work plan for all materials prior to utilization.
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 4 of 26
1.4 Site Access and Management Requirements
The contractor shall be solely responsible for the management, including all associated labor,
equipment, materials, shipping, and inspection, to meet the requirements of the project.
The contractor must have the following additional requirements before working on site:
1. Contractor badge, if issued, must be obtained and visibly worn by contractor or representative
at all times while on campus.
These requirements are applicable to all contractor employees and subcontractors working in and
around campus building unless stated otherwise by COR. The contractor is ultimately responsible for
the behavior of employees and subcontractors.
Any waste generated shall be properly disposed of and documented by the contractor.
Questions or concerns shall be addressed with the COR.
1.5 List of Attachments
The following list of documents are attached to this PWS for Contractor use as necessary:
1. Original maintenance and operations guide for the RO system
2. Modified RO system with DI polishing maintenance and operations guide.
3. Modified RO system schematic
2 Submittals
The contractor shall provide the following submittals as soon as they are available or by the required
date(s) communicated by the COR:
Their proposed SOP for testing and maintenance.
60 day look-ahead schedule (provided monthly)
Safety Data Sheets (SDS)
3 Proposed Schedule
All on-site work (including cleanup) shall take place during the following times, unless otherwise
approved by the COR:
08:00-16:00h Monday through Friday
Off-hour work for activities impacting normal operations or scheduling conflicts are generally 17:00-
06:00 Monday- Friday and anytime Saturday and Sunday.
Holidays excepted unless other times are arranged in advance and approved in writing by the COR.
4 Bidding Requirements
Contract line items shall be bid as follows for a 1-year period:
1. Monthly water preventative maintenance and disinfection cost and water testing costs
(see Table 1- Water Sampling Locations). (i.e. standard monthly invoice)
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 5 of 26
a. This shall include all materials necessary to sustain the system from softener to
final filtration and storage.
2. Semi-annual (6 month) domestic water filtration replacement
3. Mobilization unit cost for unplanned visits
4. One time system disinfection cost (do not include mobilization)
5. Sampling and re-testing unit cost per location (do not include mobilization)
6. Emergency system repair/modification cost up to $20,000
7. One time cost to install adapters/valves necessary to collect DI samples from the washer
and 2 sterilizer feeds.
The bidder shall include a detail plan to meet solicitation requirements including but not limited to:
1. Sampling methods and practices
2. Transportation
3. Adherence to timelines
4. Planned maintenance specific to CWM infrastructure
5. Contractor shall have ST108 Certification documentation and demonstrable understanding of
ST 108.
6. Applicable certifications and qualifications relevant to the planned work
7. Testing facilities intended for use during the contract.
a. Contractor must use approved laboratories that have demonstrated certification and
accreditations with the National Environmental Laboratory Accreditation Program,
United States Department of Defense Environmental Laboratory Program (DoDELAP),
American Association for Laboratory Accreditation (A2LA), United States
Environmental Protection Agency (USEPA), International Organization for
Standardization (ISO) 17025, or individual State regulatory program.
8. Contractor must submit a sample of a water quality plan implemented for a similar facility
Evaluation of bids shall be based on:
1. Completeness and specificity of contractors plan to adhere to all requirements outlined herein
and outlined bid documents required.
2. Evaluation of the unit price of line items one through five. The evaluation ideal bidder shall
have the lowest price based on QTY 12 of CLIN 0001, QTY 2 of CLIN 0002, QTY 3 of
CLIN 0003, QTY 1 of CLIN 0004, QTY 10 of CLIN 0005, and QTY 1 of CLIN 0007.
4.1 Parking
Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in
designated areas (subject to change). Parking in designated patient parking areas is strictly prohibited.
Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be
authorized in advance of starting the project. Parking passes will be issued by the COR when
necessary.
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 6 of 26
4.2 Storage of Equipment and Materials
The contractor shall arrange with the COR for allocation of required workspace and for the
storage of equipment and material to be used for this project. Storage space is very
limited. There are no exclusive areas within the campus that can be given to the contractor
for their storage needs. Additionally, a contractor trailer is NOT permitted for this
project. The Contractor should schedule delivery of materials to limit the amount of storage
space and time. The warehouse CANNOT accept, or store, deliveries associated with a
contract and not purchased directly by the VA (i.e. no drop-shipping contract supplies).
4.3 Debris Removal
The Contractor/Installer shall be required to remove waste materials and debris daily (unless otherwise
authorized by COR) from the campus. All waste material and debris shall be removed off the site by
the contractor and shall be disposed of in accordance with applicable State and Federal regulations.
4.4 Site Utilities
In the event a shutdown, restriction, or interruption of any utility services is required, a written
request must be submitted (at least 14 calendar days in advance) and approved by the VA
COR. All utility shutdowns must be reviewed and approved by the VA.
5 Material and Workmanship Quality
All materials and workmanship shall comply with all codes, standards, and requirements of all
Authorities Having Jurisdiction (AHJ). All work shall be done in accordance with contract terms and
conditions and in a professional manner according to the best trade practices and to the satisfaction of
the COR. This includes work performed by subcontractors.
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 7 of 26
Appendix A-Critical Water Test Locations
t
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 8 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 9 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 10 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 11 of 26
Appendix B System Details
B.1 Domestic Filtration
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 12 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 13 of 26
B.2 Water Softener
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 14 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 15 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 16 of 26
B.3 RO System
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 17 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 18 of 26
B.4 DI Polishing System
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 19 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 20 of 26
B.5 UV and Final Filtration
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 21 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 22 of 26
B.6 Other System Images
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 23 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 24 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 25 of 26
Edward P. Boland VAMC, Central Western Massachusetts Healthcare System
421 N Main Street
Leeds, MA 01053 April 15, 2024
631-24-3-7806-0369-PWS-S Page 26 of 26
**************** End PWS ****************
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 23, 2024 06:49 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >