Q301--SPS Water Testing Services for Clement J. Zablocki VA Medical Center located in Milwaukee, WI.
ID: 36C25225Q0421Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for SPS Water Testing Services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The procurement involves comprehensive water testing to ensure compliance with AAMI ST108-2023 standards, which are critical for the safety of medical device reprocessing. This contract includes a base year and four optional years, with a total anticipated funding amount of $19 million, reflecting the importance of maintaining high safety and quality standards in healthcare environments. Interested vendors should direct inquiries to Contract Specialist Jerri L. Schuster at jerri.schuster@va.gov, with key deadlines for vendor questions and offer submissions extended to June 4, 2025, and June 6, 2025, respectively.

    Point(s) of Contact
    Jerri L SchusterContract Specialist
    jerri.schuster@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) solicited by the Department of Veterans Affairs for SPS Water Testing Services at the VA Illiana Health Care System in Danville, IL. The requirement stipulates quarterly testing of utility water and steam used in reprocessing medical devices under the AAMI ST108-2023 standard. The contractor will be responsible for collecting and testing samples, adhering to strict protocols for health and safety, and providing timely reports with results. The contract includes an initial base year and up to four option years, amounting to a total anticipated funding of $19 million. The document emphasizes compliance with federal regulations, procurement procedures, invoicing requirements, and the importance of service-disabled veteran-owned small business participation. Site visits are encouraged, with specific timelines for inquiries and quote submissions highlighted. Key provisions enforced stricter environmental controls and facility requirements aimed at safeguarding VA property and personnel. The overall goal is to ensure high safety and quality standards for water quality testing while fostering small business opportunities in alignment with federal contracting policies.
    The Department of Veterans Affairs is preparing to issue a solicitation (36C25225Q0421) for SPS Water Testing Services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. The solicitation is set to be released around May 14, 2025, and the deadline for quotes is May 30, 2025, by 10:00 am Central Time. This procurement is classified under the NAICS code 541380 and is specifically reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Jerri Schuster, the Contracting Officer, via phone or email for further inquiries. The document outlines vital details, including contact information and the nature of the upcoming solicitation, emphasizing the VA's commitment to engaging small businesses owned by veterans in providing essential services.
    The Department of Veterans Affairs (VA) is seeking contractors to provide SPS Water Testing services for the Milo C. Huempfner Green Bay VA Health Care Center in Green Bay, WI. This Sources Sought Notice invites qualified vendors to submit capabilities statements by April 23, 2025, for regular quarterly water sample testing in accordance with AAMI ST108-2023 standards. The notice is intended for planning and information gathering purposes to assess contractor availability and does not constitute a formal request for proposals. The procurement falls under NAICS code 541380. Responses must be emailed to the contracting officer, Jerri Schuster, whose contact details are provided. The notice emphasizes that proprietary information will be treated accordingly and highlights that the government may or may not proceed with a solicitation. This effort indicates the VA's commitment to maintaining water quality standards at its facilities.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs regarding contract ID 36C25225Q0421. The key purpose of this amendment is to extend the deadline for receipt of offers to May 30, 2025, at 10:00 AM CDT. Additionally, the amendment updates the Place of Performance to the Milo C. Huempfner Green Bay Health Care Center located in Green Bay, Wisconsin, and revises the associated Wage Determination to the Brown County WD 2015-4893 Rev-26 dated December 23, 2024. The document emphasizes the importance of acknowledging the amendment prior to the specified deadline, outlining methods for acknowledgment. Further, it notes that other terms of the original solicitation remain unchanged and in full effect. The amendment serves to ensure transparency and compliance with federal contracting regulations while facilitating proper bidding for the updated performance location and wage determinations.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs (VA), specifically for contract number 36C25225Q0421. The primary purpose of this amendment is to extend the deadlines regarding vendor queries and submission of offers. The due date for vendor questions has been extended to June 2, 2025, and the deadline for all offers has been pushed from May 30, 2025, to June 4, 2025, at 10:00 AM CDT. The amendment stipulates that offers must acknowledge receipt of this amendment prior to the new deadline and outlines methods for doing so. Additionally, it maintains that except for changes specified in the amendment, all other terms and conditions from the original solicitation remain unchanged. The document emphasizes the importance of timely acknowledgment and compliance with specified procedures. This reflects a typical process in federal contracting, ensuring clarity and fairness in the competitive bidding environment.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically for a project identified under contract ID 36C25225Q0421. It primarily serves to extend key deadlines: the date for answering vendor questions is modified to June 4, 2025, and the deadline for receiving offers is extended to June 6, 2025, at 10:00 AM CDT. This extension aims to give vendors additional time to prepare their offers in response to the solicitation. The instruction highlights the need for offers to acknowledge the amendment to ensure compliance with submission requirements, specifying methods for acknowledgment. The document underscores the importance of adhering to outlined deadlines within the federal procurement process, particularly within the context of the Department of Veterans Affairs' initiatives to engage contractors effectively. Overall, the amendment reinforces procedural clarity in the bidding process, enhancing opportunities for respondent participation.
    The document pertains to a modification of a Request for Proposals (RFP) by the Department of Veterans Affairs, specifically regarding water quality testing. The amendment extends the deadline for submission of offers from June 6, 2025, to June 10, 2025, and provides responses to vendor questions about testing requirements. Key details include clarification on the number of samples requiring endotoxin testing, specifications for pH, alkalinity, hardness, and conductivity testing, and the protocols to follow for water source testing. The document particularly emphasizes that only three out of twenty-six samples will require endotoxin tests, and outlines that field tests for certain parameters are acceptable. The purpose of this RFP is to ensure comprehensive bacteriological and endotoxin testing in water systems at the VA facility in Green Bay, Wisconsin, while ensuring compliance with relevant standards. In essence, this RFP modification aims to facilitate a clearer understanding of expectations and requirements, promoting effective vendor participation while adhering to safety and compliance protocols.
    The federal solicitation 36C25225Q0421 pertains to Water Testing Services required at Milo C. Huempfner Green Bay Health Care Center, located at 2851 University Ave., Green Bay, WI. The applicable Wage Determination is Brown County WD 2015-4893 Rev-26, dated December 23, 2024. Bids for the service must be submitted by 10:00 AM local time on May 30, 2025. This document serves as a formal request for proposals outlining the need for specific water testing services within a healthcare context, adhering to federal guidelines and local statutes. The stipulated timeline indicates the urgency and organization of this procurement process, ensuring compliance with regulatory standards to maintain public health and safety within the healthcare facility.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing compensation rates for service employees working on federal contracts in Wisconsin, specifically in Brown, Kewaunee, and Oconto Counties. It outlines the minimum wage requirements stemming from Executive Orders 14026 and 13658, which set rates of $17.75 and $13.30 per hour respectively for various employment periods. The file lists numerous occupations with corresponding hourly wage rates, including administrative, automotive, food service, healthcare, and technical roles. Each occupation is categorized by specific codes, showcasing the diverse workforce covered under this determination. Fringe benefits, including health and welfare contributions, vacation entitlement, and holiday pay, are also specified. Additionally, the document addresses compliance measures for occupations not explicitly listed and provides a framework for requesting classifications and wage rates through a conformance process. The requirements emphasize the importance of maintaining employee rights and ensuring fair labor practices in government contracts, reflecting the federal government's commitment to uphold standards in contracting environments.
    The document outlines Wage Determination No. 2015-4899, as mandated under the Service Contract Act by the U.S. Department of Labor. It specifies minimum wage rates relevant to federal contracts within Wisconsin’s counties of Milwaukee, Ozaukee, Washington, and Waukesha, effective from January 30, 2022, and renewed for 2025. Contracts executed after this date require pay of at least $17.75 per hour or higher, depending on established rates. The document provides extensive details on various occupations, their corresponding wage rates, and fringe benefits, covering administrative, automotive, food service, health, technical, and personal service sectors, among others. It outlines mandatory health and welfare benefits, vacation, holiday entitlements, and provisions for paid sick leave under Executive Order 13706. Additionally, it addresses compliance processes for unlisted occupations, detailing a conformance procedure through which employers can seek approval for additional classifications. This wage determination aims to ensure fair compensation and working conditions for employees under federal contracts, complying with established federal labor standards, while emphasizing recent amendments relating to minimum wage and employee rights.
    The document outlines a Request for Quote (RFQ) issued by the Department of Veterans Affairs for water testing services at the Milo C. Huempfner Green Bay Health Care Center. The project involves quarterly testing of water and steam quality in compliance with AAMI ST108-2023 standards, impacting various utility connections to ensure safety in medical device reprocessing. The contract encompasses a base year plus four optional years, with a total award amount of $19 million. Key requirements include contractor qualifications, safety regulations, site visits, and invoicing processes, emphasizing adherence to regulations and prompt reporting of test results. The document also details the responsibilities of both the contractor and the government, along with pricing and acquisition procedures. This procurement reflects the government’s commitment to compliance and safety in healthcare environments by seeking qualified vendors for ongoing monitoring and reporting tasks.
    Similar Opportunities
    SPS Water Purification System - Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a new Sterile Processing Service Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is a total small business set-aside, requiring vendors to provide and install a water purification system that meets AAMI ST108 Critical Water specifications, capable of producing at least 312 gallons per hour and delivering 20 gallons per minute, along with a 250-gallon tank, ultraviolet light, and a leak detector. The installation is critical for maintaining the cleanliness and safety standards of the medical facility, and a mandatory site visit is scheduled for January 8, 2025, at 10:00 AM EST. Interested vendors should contact Olivia McDonald at olivia.mcdonald@va.gov for further details and to ensure compliance with the outlined requirements.
    J046--Replacement of SPS R.O. Critical Water Sytem at VA NJ HCS East Orange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to replace the Sterile Processing Service (SPS) Reverse Osmosis Critical Water System at the VA New Jersey Healthcare System in East Orange, New Jersey. The project involves adhering to AAMI ST108 Critical Water Quality Specifications, removing the existing system, installing new water treatment technologies, and conducting comprehensive water quality testing, with a construction magnitude estimated between $100,000 and $250,000. This critical water system is essential for maintaining the quality of water used in medical procedures, ensuring patient safety and compliance with health standards. Proposals must be submitted electronically to Contracting Officer Ms. Mitchelle Labady at Mitchelle.Labady@va.gov by December 30, 2025, with a site visit scheduled for December 22, 2025, and a deadline for questions on December 26, 2025.
    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.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.
    Presolicitation - SPS Water Purification System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Sterile Processing Services Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This presolicitation notice indicates that the procurement will be conducted under NAICS code 221310, focusing on water supply and irrigation systems, and is crucial for ensuring the quality and safety of sterile processing services within the medical facility. The full solicitation is expected to be posted on www.sam.gov around December 16, 2025, and interested parties are encouraged to monitor the site for updates and to submit any inquiries in writing to Contract Specialist Olivia McDonald at olivia.mcdonald@va.gov. Potential offerors must also be registered in the System for Award Management (SAM) prior to award, and this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    Z2DA--695-22-117 CN New Audiology Clinic 5BN
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the renovation of Building 111 Audiology Clinic 5BN at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This project, valued between $5 million and $10 million, involves extensive demolition and installation of new mechanical, electrical, and plumbing (MEP) systems, along with architectural improvements and new windows, to modernize the facility for better service delivery to veterans. The procurement is set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, with a bid guarantee of 20% of the bid price required, not exceeding $3 million. Bids are due by January 8, 2026, at 1:00 PM CST, and must be submitted via email to the designated Contract Specialist and Contracting Officer, with a virtual bid opening scheduled for the same day at 2:00 PM CST. For further inquiries, interested parties can contact Contracting Officer Stacy G. Hoover at Stacy.Hoover2@va.gov.
    6520--635 New Dental Water Testing Oklahoma City VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide mail-order testing kits and laboratory analysis of dental unit waterline samples for the Oklahoma City VA Medical Center. The contractor will be responsible for testing for colony forming units (CFU) in accordance with VA Infection Control Standards, ensuring that services are delivered in a cost-effective, safe, efficient, and secure manner. This contract is crucial for maintaining the health and safety standards within VA Dental Clinics, emphasizing the importance of compliance with infection control protocols. Interested contractors should contact Contract Specialist Orrellius Williams at orrellius.williams@va.gov or call 918-252-8812 for further details, and must be prepared to commence services within five business days of a task order.
    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.