Oregon Bids > Bid Detail

Q301--Dental Water Testing Base +4yr Roseburg/Eugene

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159490612493189
Posted Date: Jan 29, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/24ef9e4146...
Follow
Q301--Dental Water Testing Base +4yr Roseburg/Eugene
Active
Contract Opportunity
Notice ID
36C26024Q0264
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 29, 2024 11:24 am PST
  • Original Response Date: Feb 12, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Department of Veterans Affairs Roseburg VA Medical Center Roseburg , OR 97471-6523
    USA
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method.

The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services:
Dental Water Testing
1. Scope.
a. Assess dental unit water line contamination for all Roseburg VA Medical Center (RVAMC) Dental Clinics: Roseburg and Eugene. Contamination should not exceed 500 colony forming units per milliliter of water.

b. RVAMC employees will obtain the water samples from all functioning dental unit water lines in each dental operatory (air/water syringe, hand pieces, ultrasonic scaler), and placed in a sterile container provided by the contractor.
c. Sampling will take place monthly. If a sample fails to meet standards (equal to or greater than 500 CFU/mL), RVAMC shall take appropriate action to correct the deficiency and have the affected dental unit water line retested within one week.

d. Contractor shall provide bottles, boxes, and shipping labels for collecting water samples for all Roseburg and Eugene VA Dental locations. Contractor shall provide testing protocol (i.e., instructions regarding proper collection, to include constraints that may affect samples such as time, temperature, etc.) and water quality sample testing. There are 62 sites at the main Roseburg VA Health Care System (RVAMC) and 47 sites at our satellite clinic located in Eugene Oregon. We estimate 18 samples (to include potential retests) per month per site (36 total samples per month) will be required. Contractor shall estimate an additional 11 samples per month for potential retests.

2. Specific Tasks.
a. The collection and delivery of samples will be the responsibility of the main RVAMC facility, Eugene Health Care Center Dental Clinic staff. The contracted Laboratory will provide collection protocol to these functions.
3. Security Requirements.
The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required.
4. Place of Performance.
Services will be provided at contractor s site.
5. Period of Performance.
Estimated Base Year- 9/15/24 9/14/25
Option 1 9/15/2025 9/14/26
Option 2 9/15/2026 9/14/27
Option 3 9/15/2027 9/14/28
Option 4 9/15/2028 9/14/29

6. Delivery Schedule.
The contractor will test 44 samples per month.
Potential candidates having the capabilities necessary to provide the above stated services are invited to respond to this Sources Sought Notice via e-mail to `Craig Brown at craig.brown7@va.gov no later than 12 Feb 2024, 3PM Pacific. No telephone inquiries will be accepted.

RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 541380 is applicable to determine business size standard. Any questions or concerns may also be directed to Craig Brown via e-mail.
Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 29, 2024 11:24 am PSTSources 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 >