Sources Sought - 36C25725Q0641 Disclaimer This Sources Sought is issued solely for the purpose identifying sources for a future requirement and does not constitute a solicitation. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. All information received in response to this notice will be treated as proprietary and will not be shared with other interested parties. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice does not obligate the Government to award a contract. 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. Synopsis This is not a solicitation announcement. This is a Sources Sought synopsis only with the purpose of gaining knowledge of potential qualified sources and their size classification relative to the appropriate North American Industry Classification System (NAICS) 221310, Water Supply and Irrigation Systems (Size Standard: $41 Million). Responses to this Sources Sought synopsis will be used by the Government to make appropriate acquisition decisions and are not considered adequate responses to a potential future solicitation announcement. After reviewing all responses to this synopsis, a solicitation may be published via the Contracting opportunities website. Responses to this Sources Sought synopsis are not considered adequate responses to the anticipated solicitation announcement. All interested offerors will have to respond to the actual solicitation announcement, in addition to responding to this Sources Sought announcement. The Department of Veteran Affairs, South Texas Veterans Health Care System (STVHCS) is seeking sources that can provide (describe items/services here) to provide Legionella Water Management Program Services in support of South Texas Veterans Health Care System (STVHCS) located at: San Antonio, TX Fischer House I/II 7485 Wurzbach Rd, San Antonio, TX 78229 Polytrauma Building 7400 Merton Minter, San Antonio, TX 78229 Kerrville, TX Lower Well Water Entry & Mech Room and Main Campus 3600 Memorial Blvd, Kerrville, TX 78028 The successful contractor will provide Legionella Water Management Program Services at all locations listed above to meet the requirements in VHA Directive 1061 - Prevention of Healthcare Associated Legionella Disease and Scald Injury from Potable Water Distribution Systems. The successful contractor will provide comprehensive Water Management Program (WMP), Supplemental Disinfection Equipment Service, and a Web-based Data Management System to record, store, and report all data in accordance with the requirements of VHA Directive 1061. The individual requirements of this support include the following: Maintenance of Equipment Training to all staff at each location on user operational checks of the systems. Monthly calibration maintenance of equipment Monthly refreshment of test reagents for the chlorine analyzer All consumable parts for system components Chlorine Analyzer - reagents, tubing/cuvette kits, check valve sets, and check valve flushing kits Replacement probes for ORP, pH, and conductivity Contractor will provide a web-based data management system that shall provide the following functions: Automatically collect and log data at user selected intervals. Log device data date/time stamps and store in non-volatile memory. Store interval data locally until the next scheduled upload. Support a Modbus interface plus fifteen additional analog or pulse input signals. Capable of receiving data from up to 32 other sensor systems which support Modbus. Capable of transporting data securely to servers as business sensitive data to servers owned and operated by the equipment supplier over cellular and Ethernet Wide Area Networks (WANs). Capable of providing secure data access and analysis using any Internet connected device. NEMA 4X rating. All information stored in the system will be available 24/7 via password protected access Capable of sending text or email alerts for data that is outside of set parameters. Provide Water Management Program (WMP)-related reports (including validation testing results, meeting minutes, verification reports, and service provider reports) that can be stored and available for immediate access by all users. Provide management dashboard with Legionella industry benchmarking. Exportable data to excel and other formats. The software platform must meet the following requirements: Software-as-a- Service (SAAS) enterprise-class platform specialized for building water systems. Capable of monitoring all sensor data from the potable water quality monitoring system. Capable of manual data entry via computer and mobile devices, automatic uploading of water and microbiological test results, documentation of water management plans and activities, and automated sensor monitoring, as specified in VHA Directive 1061. Tables and graphs that can be plotted based on user selected time intervals and system monitoring parameters. Administrative functionality to control user access rights, with at least four different user levels, and automated alert notifications. Data storage for a minimum of five years. The contractor will provide the following water program management services: Facilitate quarterly on-site meetings for the Water Management Team. Maintain, assist, and advise in the operation of the WMP and generate required documentation. Maintain, operate, and continue to customize the web-based Water Management Program (WMP) Information System. Verify that the WMP is being implemented as designed on a quarterly basis through monitoring and documentation of system performance and WMP records and records in web-based water management program information system. Validate that the WMP adequately controls the hazardous conditions throughout the building water system through the review of on-site water testing. Provide telephone support on water management questions as needed. Provide training to the Water Management Team on the WMP process and best practices for building water systems. Attend quarterly South Texas Water Safety Committee meetings as a Legionella Program advisor. The description of services contained herein does not constitute the complete description of the contractor s anticipated obligations. The intended contract period will be for 06/30/2025 10/31/2025. Interested parties capable of providing the required services are asked to respond to this Sources Sought Notice. Responses to this notice should include a capabilities statement to include the following: Company name, Address, Size Standard, DUNS, Cage Code, TIN Point of contact (Name, Phone Number and e-Mail Address) NAICS Code 221310 and Small Business Standard MUST be assigned to the company Socioeconomic Status Capabilities Statement Provide proof of past performance (provide proof of contracts that you have provided and installed or of the company who will be performing the installation). Proof must be provided on the specific service in request (each line item) If you will NOT be performing the work, you MUST provide information on the company you intend to use. In addition, you must provide a Letter of Intent from the company you intend to use (explaining their agreement with you to perform the installations according to the solicitation), along with references of their past service installations. Past performance must not be negative in any previous contracts, based on the Contract Performance Assessment System and the Contracting Officer s knowledge of past requirements. Responses The Government intends to award a single contract to purchase the services listed above. Responses to this notice shall be e-mailed to
[email protected]. Subject line shall reflect the synopsis number and description 36C25725Q0641, Water Treatment System. Responses must be received no later than July 07, 2025, 10:00 AM CST. Responses must be received via e-mail only. Telephone, fax, or mail responses will not be accepted. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective offerors list or to receive a copy of the solicitation.