LEXINGTON VAMC WATER QUALITY MONITORING/TESTING SERVICES
ID: 36C24925Q0255Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF249-NETWORK CONTRACT OFFICE 9 (36C249)MURFREESBORO, TN, 37129, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, through the Network Contracting Office 9, is seeking qualified vendors to provide water quality monitoring and testing services for the Lexington VA Health Care System. The procurement aims to ensure compliance with the AAMI ST108 standard for water used in medical device processing, which includes the installation of sample ports and regular monitoring of water quality. This Blanket Purchase Agreement (BPA) will span from May 1, 2025, to April 30, 2028, with a maximum ceiling of $245,000, and interested parties must submit their quotes by May 21, 2025. For further inquiries, vendors can contact Elyse "Nicole" McVey at Elyse.McVey@va.gov or Shawn Hendricks at shawn.hendricks@va.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 9. Its primary purpose is to address questions raised by bidders regarding contractual requirements related to water sampling and testing. Key details include the confirmation of sample counts: 24 monthly, 38 quarterly (additional to the monthly), and 9 annual samples. The amendment provides specific breakdowns for utility cold water, utility hot water, and steam samples for both quarterly and annual testing. It also clarifies the installation of sample ports, specifying that no steam sample ports will be included. Other inquiries concern the size and type of pipes involved, the maintenance of valves, and operational timelines, with the majority of information remaining unspecified, indicated as "unknown." Furthermore, the document highlights that a Blanket Purchase Agreement (BPA) will be established, which allows for future flexibility in service execution. The amendment reflects the importance of adhering to stringent testing standards, demonstrating the VA’s commitment to ensuring high-quality service and compliance.
    The document is an amendment related to a Request for Quote (RFQ) issued by the Department of Veterans Affairs’ Network Contracting Office 9. The main purpose of the amendment is to extend the deadline for offer submissions to May 5, 2025, at 4:00 PM CDT. Additionally, it specifies that all inquiries must be submitted via email by May 1, 2025, at 12:00 PM CDT. The document also includes standard information regarding contract modification procedures, including guidance on how bidders should acknowledge receipt of the amendment and any subsequent changes to their offers. Emphasizing compliance with federal procurement regulations, the amendment reinforces that all other terms and conditions of the original contract remain unchanged. Overall, this amendment facilitates continued participation from potential contractors by providing them with additional time to prepare their offers.
    The Department of Veterans Affairs has issued an amendment to a solicitation for water quality monitoring/testing services for the Sterile Processing Service (SPS) at the Lexington VA Health Care System. The amendment extends the deadline for quotes to May 14, 2025, and clarifies the requirements for compliance with AAMI ST108 standards. The selected vendor must conduct regular testing on utility water, critical water, and steam, with specific sample collection frequencies: 24 monthly, 38 quarterly, and 9 annually. Additionally, the vendor is responsible for installing sample ports as per the Water Quality Management Plan, requiring expertise in water quality and relevant regulations. The document includes questions and answers addressing sample specifics and service details, reaffirming the necessity for thorough site assessments. By outlining the essential tasks and qualifications, the RFP emphasizes the commitment to maintain safety standards in water used for medical device processing.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically Network Contracting Office 9. Its main purpose is to extend the deadline for the submission of offers to May 21, 2025, at 12:00 PM CDT. This extension is necessitated by the unavailability of the Contracting Officer's Representatives who were supposed to conduct site visits between May 6 and May 8. Additionally, the amendment references Amendment 003, which contains responses to previously submitted questions. The document emphasizes the importance of acknowledging receipt of the amendment and details the process for doing so. It retains all existing contract terms, affirming that the modification does not alter the fundamental conditions of the solicitation. This modification exemplifies standard procedures in federal contracting, ensuring that all potential bidders are provided equivalent opportunity to submit proposals. Overall, the amendment serves to maintain transparency and fairness in the solicitation process, reflecting the VA's commitment to effective procurement practices.
    This document serves as an amendment to a solicitation from the Department of Veterans Affairs regarding water testing requirements under the ST108 standard. The amendment clarifies final questions related to the testing process, including specifics on the number of samples required monthly, quarterly, and annually for various systems (totaling 71 samples across all categories). It also notes that this will be the first instance of ST108 compliant testing, with sampling sites predetermined. The contractor will only handle corrections from sampling errors, while the facility is responsible for others. Additionally, the solicitation details two pricing CLINs: CLIN 0001 for Performance Qualification Testing, which is the annual testing, and CLIN 0002 for Routine Water Quality Monitoring/Testing, where regular sample collection and testing costs should be included. Quotes for the solicitation remain due by May 21, 2025, emphasizing the timeline and regulatory framework surrounding this federal procurement.
    The document outlines a Request for Quote (RFQ) from the Department of Veterans Affairs for water testing and monitoring services for the VA Lexington Health Care System. This initiative seeks to ensure compliance with the AAMI ST108 standard for water used in medical device processing. The contract is designed as a Blanket Purchase Agreement (BPA) with a performance period starting May 1, 2025, through April 30, 2028, including an installation of sample ports and regular water quality monitoring. Vendors must be experts in water quality management and adhere to specific testing frequencies, submitting monthly invoices electronically. The RFQ incorporates key federal acquisition regulations and mandates compliance with various labor-related clauses, including labor standards and equal opportunity provisions. The contract stipulates a maximum ceiling of $245,000, emphasizing that government obligations depend on authorized purchases under this BPA. Thus, the document serves both as an outline for services required and as a formal solicitation for qualified vendors, reflecting the government's commitment to maintaining high standards in health care environments.
    Lifecycle
    Title
    Type
    Similar Opportunities
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    Quality Assurance Quality Control
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Quality Assurance and Quality Control (QAQC) services through a federal contract valued at $4,997,532. This procurement is justified under FAR 6.302-5, which allows for actions authorized or required by statute, indicating the critical nature of the services being sought. The QAQC services are essential for ensuring compliance and quality in various programs managed by the department, particularly in the context of supporting veterans' services. Interested parties can reach out to Alanna Wilson at Alanna.Wilson@va.gov or by phone at 240-215-1633 for further details regarding this opportunity.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    J045--Plumbing and Pipefitting inspection and repair services Blanket Purchase Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for plumbing and pipefitting inspection and repair services across various VA Medical Centers in VISN 1. The BPA will facilitate the issuance of individual Task Orders for a range of services, including general plumbing, pipefitting, and emergency response, with contractors required to provide 24/7 emergency services and adhere to strict response times. This procurement is critical for maintaining the operational integrity of medical facilities, ensuring that plumbing systems are functional and compliant with health standards. Interested vendors must contact Contract Specialist Issa J Shawki at Issa.Shawki@va.gov for further details, and proposals must comply with various regulatory requirements, including those for Service-Disabled Veteran-Owned Small Businesses.