Legionella Sample Testing Services
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, Network Contracting Office 23, has issued a Solicitation for Legionella Water Sample Testing Services and Dental Water Line Sample Testing for the Minneapolis VA Health Care System. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price, Indefinite Quantity (IDIQ) contract. Offers are due March 3, 2026, at 16:00 CST.
Scope of Work
This opportunity requires comprehensive testing services for the Minneapolis VA Health Care System. Key requirements include:
- Legionella Testing: Quarterly collection and analysis of water samples from various locations (sinks, showers, ice machines, cooling towers, outdoor fountains). Documentation of water temperature, residual biocide, and pH. Non-routine sampling within 24 hours of notification.
- Dental Waterline Testing: Quarterly collection and analysis of dental waterline samples for heterotrophic bacteria (cfu/ml) for each waterline in Dental Clinics. Non-routine sampling within 2 business days.
- Laboratory Accreditation: The testing laboratory must be certified by the CDC Environmental Legionella Isolation Techniques Evaluation (ELITE) program and possess environmental microbiology accreditation (EMLAP or NELAP) for Legionella testing. For dental waterline testing, accreditation by the American Association for Laboratory Accreditation (A2LA) is required.
- Reporting: Analytical reports must be emailed to the COR and Health Care System Point of Contact within 15 days for Legionella and 10 days for dental waterline samples.
Contract Details
- Contract Type: Firm-Fixed-Price, Indefinite Quantity (IDIQ).
- Period of Performance: March 15, 2026, to March 14, 2031 (Base period plus four option periods).
- Estimated Value: Approximately $19 Million.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 541380 – Testing Laboratories and Services (Size Standard: $19 Million).
Submission & Evaluation
- Submission: Offers must be submitted electronically via email to theresa.thunder@va.gov in Microsoft Word or Adobe PDF format. Required documents include a completed SF 1449, Price/Cost Schedule, FAR provision 52.212-3, Limitations on Subcontracting Certificate, and technical documentation.
- Evaluation: Award will be made using the Lowest Price Technically Acceptable (LPTA) process, evaluating Price and Technical factors. Technical acceptability requires meeting minimum requirements, including providing current accreditation certificates.
- Deadline: Offers are due by March 3, 2026, at 16:00 Central Standard Time (CST).
Additional Notes
Offerors must review all attached documentation, including the Statement of Work (Section B.3), relevant FAR/VAAR clauses, and detailed testing schedules in Attachments A, B, and C. Attachment D (VHA Directive 1061) outlines VA policy for Legionella prevention. A Wage Determination (2015-4945 Revision 30) is also provided. Contractor employees must comply with VA security and access requirements. All interested parties must be registered in SAM.gov.