Q301--Legionella Water Testing 442 POP 4/1/2026-3/31/2031
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), Network Contracting Office 19, is soliciting proposals for Legionella Water Testing and Analysis Services at the Cheyenne VA Medical Center, WY. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity. The contract will be a Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) for a five-year period. Offers are due March 6, 2026, at 10:00 AM Mountain Time.
Scope of Work
The contractor will perform environmental water analysis to detect Legionella bacteria at the VAMC-442 facility in Cheyenne, WY. Key tasks include:
- Quarterly testing and analysis of 20 (250mL) water samples per quarter.
- Providing Legionella sample bottles and performing retesting as required.
- Ensuring test duration from sample receipt to analysis completion does not exceed 10 calendar days.
- Compliance with VHA Directive 1061 and CDC ELITE Lab protocol.
- Testing hot and cold-water distribution systems quarterly.
- Reporting analysis results to the COR within 24 hours of completion, including Legionella by species in CFU/ml.
- Providing priority analysis for re-testing of positive results and notifying the COR within 24 hours of a positive identification.
- Maintaining ELITE Laboratory Certification throughout the contract.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Period of Performance: Five (5) years (60 months), from April 1, 2026, to March 31, 2031. This includes a base ordering period and four option periods.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must be verified in the SBA Small Business Certification (SBS) database.
- NAICS Code: 541380 (Testing Laboratories and Services), Small Business Size Standard $19 Million.
- PSC Code: Q301 (Reference Laboratory Testing).
- Offers Due: March 6, 2026, 10:00 AM Mountain Time.
- Questions Due: February 27, 2026, 10:00 AM Mountain Time.
Submission & Evaluation
Offerors must submit quotes including:
- Price (using Attachment 2 - Price Schedule).
- Narrative for Responsibility/Technical Capability.
- Past Performance (maximum 3 efforts).
- Limitation of Subcontracting (Attachment 3 - mandatory certification). Evaluation will consider Price and Non-price factors (General Standards of Responsibility/Technical Capability, and Past Performance) using a two-factor comparison. Award will be made to the responsible offeror whose quote is most advantageous to the Government. The award will be made on an All or Nothing Basis.
Key Attachments
- Attachment 1 - SOW: Statement of Work detailing requirements.
- Attachment 2 - Price Schedule: For pricing proposals across multiple ordering periods.
- Attachment 3 - LOS: Mandatory certification for Limitation of Subcontracting (50% for services to non-SDVOSBs/VOSBs).
- Attachment A - DOL Wage Determination: For Laramie County, WY, impacting labor costs.
- Attachment B - VHA Directive 1061: Policy on Legionella prevention (context for SOW).