Water Softeners and Installation for the St. Cloud VAHCS
ID: 36C26325Q0755Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide water softeners and installation services for the St. Cloud VA Health Care System in Minnesota. The procurement involves replacing the existing water softener system, which includes the removal of outdated equipment, installation of new units, and ensuring operational continuity during the upgrade process. This initiative is critical for maintaining efficient water systems in healthcare facilities, thereby supporting the delivery of essential services to veterans. Quotes are due by June 2, 2025, at 10:00 AM CST, and interested parties should direct inquiries to Amanda Patterson-Elliott at amanda.patterson-Elliott-elliott@va.gov or by phone at 319-688-3578.

    Point(s) of Contact
    Files
    Title
    Posted
    The document relates to an amendment of a solicitation issued by the Department of Veterans Affairs Network 23 Contracting Office. It primarily serves two purposes: to provide answers to technical questions raised by contractors and to extend the due date for submitting quotes to June 2, 2025, at 10:00 AM CDT. Key inquiries addressed include clarification about the existence of a brine tank, which is referenced but not included in the project scope, as well as specifications for pipes and valves to be utilized—namely, that options like butterfly or ball designs using materials such as stainless steel and CPVC are acceptable. Additionally, the VA has specified anticipated shutdown durations for the project, indicating flexibility with options for 4-hour or 8-hour windows. The amendment exemplifies the VA's commitment to transparency with bidders and ensures compliance with procedural requirements in response to contractor inquiries. Overall, this document aims to facilitate clearer communication and provide essential updates for potential contractors involved in the project.
    The St. Cloud VA Hospital is initiating a project to replace existing water softeners, scheduled for January 28, 2025. The primary objective is to install new water softening units while maintaining ongoing service to the VA water tower. The contractor is responsible for removing outdated softening equipment, which includes tanks, control wiring, and associated plumbing components, and properly disposing of these materials. Key tasks include the installation of new softeners, modification of piping for better connections, and the installation of isolation valves. Additionally, the contractor must ensure that two softeners remain operational throughout the replacement process, barring necessary four-hour shutdowns for isolation valve replacements. The project also entails enhancing drainage systems by installing new copper drain lines and incorporating proper flow control mechanisms. Overall, this project showcases the VA's commitment to maintaining essential water systems in healthcare facilities while ensuring operational consistency and compliance with relevant standards throughout the execution of the installation process. The project's comprehensive planning demonstrates a focus on minimizing disruption and maintaining service during the upgrade.
    The Department of Veterans Affairs is soliciting quotes for water softeners and installation services at the St. Cloud VA Health Care System. This request, identified by solicitation number 36C26325Q0755, follows federal simplified acquisition procedures under FAR Part 13 and intends to award a firm fixed-price contract. The Primary NAICS code is 221310, and eligible contractors must meet the specified size standards. Quotes are due by May 27, 2025, at 10:00 AM CST, with technical questions accepted until May 21, 2025. The Contract Specialist, Amanda Patterson-Elliott, is the point of contact for inquiries and quote submissions via email. The document underscores essential procurement details, including applicable FAR provisions and the absence of Recovery Act funds or DPAS applicability. Vendors should refer to the attached documents for specific contract line items and project requirements. This solicitation reflects the VA's commitment to maintaining service standards in healthcare delivery through infrastructure enhancement.
    The solicitation outlines a contract for the replacement of the water softener system at the St. Cloud VA Health Care System. The contractor is required to provide comprehensive services, including installation, removal of old systems, and training. The project emphasizes using high-quality OEM parts and compliance with federal and state regulations concerning electrical and water system standards. A series of site visits for contractors is scheduled, with a deadline for quotes due by May 27, 2025. The acquisition is open to small businesses, with particular incentives for service-disabled veteran-owned small businesses (SDVOSBs). Detailed specifications about the water softener system, including operational requirements and materials necessary for installation, are provided. Emphasizing strict compliance, the document outlines the importance of preventing gray market items and ensuring that all contractors are qualified and experienced for the work. Additionally, it details invoicing procedures, payment methods, and compliance with federal records management laws. This initiative demonstrates the VA's commitment to modernization and provision of efficient healthcare services through essential infrastructure upgrades.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    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.
    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.
    Water Quality Testing Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov 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.
    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.
    Y1AA--656-20-130 Repair Building 50 Basement Kitchen 656-26-2-3204-0002
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 23, is issuing a presolicitation notice for the project titled "Repair Building 50 Basement Kitchen" at the Saint Cloud VA Health Care System in Minnesota. This project, designated as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, involves comprehensive remodeling of the existing Dish room and Tray Service Line, addressing critical failures in Architectural, Mechanical, Electrical, Plumbing (MEP), and Heating Ventilating and Air Conditioning (HVAC) systems. The scope includes replacing deteriorating finishes and implementing construction in two phases, impacting approximately 6,000 square feet of space, while ensuring minimal disruption to ongoing operations. The Invitation for Bid (IFB) is expected to be released around November 14, 2025, with a construction budget estimated between $2,000,000 and $5,000,000. Interested bidders must be registered and certified in the Veteran Small Business Certification database and can direct inquiries to Contract Specialist Daniel Dobler at daniel.dobler@va.gov or by phone at 651-293-3015.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.