F103--Legionella and Critical Water Systems Sample Analysis
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Network Contracting Office (NCO) 16, has issued a Sources Sought Announcement for market research to identify potential sources capable of providing Legionella and Critical Water Systems Sample Analysis services. This requirement is for the Central Arkansas Veterans Healthcare System (CAVHS), located in Little Rock and North Little Rock, AR. This is not a solicitation but aims to gather information on contractor interest, capabilities, qualifications, and estimated pricing. Responses are due by March 6, 2026, at 8:00 am CST.
Scope of Work
The selected contractor will furnish all reports, labor, management, equipment, supplies, transportation, applicable licenses, certifications, and accreditations necessary for the sample analysis. No Government equipment will be provided.
Key Testing Requirements:
- Legionella Sample Analysis: Must comply with VHA Directive 1061. Analysis must be performed by a CDC ELITE Program-certified laboratory. Primary method is Polymerase Chain Reaction (PCR), with positive/indeterminate PCR results requiring verification via the ISO Culture Method. Contractor provides all shipping materials and covers overnight shipping costs for same-day sample collection.
- Critical Water System Sample Analysis: Sterile Processing Service (SPS) samples must be analyzed per ANSI/AAMI ST108. Dental Unit Water Lines (DUWL) samples require analysis for colony forming units (CFU) count of ≥500cfu/milliliter(mL).
Estimated Annual Samples: The requirement includes an estimated 2,277 to 4,354 samples annually across various categories, including Legionella (potable water, cooling tower, chiller, ISO plate validation), DUWL, and SPS Critical Water (bacterial, endotoxin, ionic contaminants, TOC, hardness, alkalinity, conductivity), and Research VMU.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside Consideration: The VA is mandated to consider a total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). If SDVOSB responses are inadequate, an alternate set-aside or full and open competition may be considered.
- NAICS Code: 541380 (Testing Laboratories and Services) with a size standard of $19 Million.
- Response Due: March 6, 2026, 8:00 am CST
- Published: February 24, 2026
Submission Requirements
Interested offerors must submit a written response via email to arlene.blade@va.gov. The submission must include:
- Unique Entity ID (UEI)
- CAGE Code
- Tax ID Number
- Type of business (e.g., small, other)
- A capability statement detailing the organization's qualifications and ability to perform the described work. The email subject line must be: "Sources Sought Notice 36C25626Q0432 - Legionella and Critical Water Systems Sample Analysis".
Additional Notes
This notice is for informational and planning purposes only and does not constitute a solicitation or obligate the Government to award a contract. The Government will not pay for any costs associated with responding. Offerors must be registered in SAM.gov, and SDVOSB/VOSB firms must be VetCert certified by the SBA. No sub-contracting opportunities are anticipated.