H146--629-25-4-690-0272 POTABLE WATER MANAGEMENT (VA-25-00066185)
ID: 36C25625Q0837Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Water Supply and Irrigation Systems (221310)

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 is seeking qualified contractors to provide Potable Water Management Services for the Southeast Louisiana Veterans Health Care System located in New Orleans, LA. The procurement aims to ensure water safety and compliance with federal regulations, particularly focusing on monitoring, treatment, and maintenance services to prevent Legionella growth and ensure the health of patients and staff. This contract is critical for maintaining high water quality standards across multiple facilities and will span a base year from August 1, 2025, to July 31, 2026, with options for four additional years. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their electronic quotes to Tiffany Conner at tiffany.conner@va.gov by July 11, 2025, with inquiries accepted until June 16, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Combined Synopsis/Solicitation Notice from the Department of Veterans Affairs, specifically for Potable Water Management Services at the Southeast Louisiana Veterans Health Care System. The solicitation number is 36C25625Q0837, with quotes due by June 3, 2025. The project is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and falls under NAICS code 221310, concerning water supply and irrigation systems. The contract will encompass various services, including web-based data management, water management programs, and maintenance services for chlorine analyzers across multiple buildings. The contract period is structured to include a base year from August 1, 2025, to July 31, 2026, with four optional renewal years. Interested parties must electronically submit quotes to Tiffany Conner via email. Queries about the solicitation are permitted until May 22, 2025. The document outlines essential procurement regulations, eligibility requirements for service-disabled veteran businesses, and terms governing contract administration and performance, highlighting compliance and operational guidelines necessary for contractors. This solicitation aims to ensure the efficient provision of potable water management services while promoting small business participation in government contracting, thereby fulfilling regulatory mandates and supporting veteran entrepreneurship.
    The document is an amendment to a combined solicitation (36C25625Q0837) regarding Potable Water Management services under the Department of Veterans Affairs. The solicitation details an extended deadline for responses to July 7, 2025, and provides updated information on the scope of work (SOW) related to water management systems. It includes requirements for technical capabilities, personnel qualifications, and a detailed pricing schedule for various water management services, set to begin on August 1, 2025, and concluding July 31, 2030. The solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSBC) vendors. Key points include the requirement for bidders to submit two volumes: a technical volume demonstrating capabilities and a price volume with pricing details. Additionally, a site visit is scheduled for June 9, 2025, alongside a timeline for inquiries. The document reaffirms the VA's commitment to enhancing potable water management services, ensuring compliance and quality control in water purification and sewage treatment across VA facilities, with multiple contract options for ongoing maintenance and services. All proposals must adhere strictly to detailed submission requirements, including the need for proper acknowledgments and certifications related to the contract's execution.
    The document outlines an amendment to a Request for Proposal (RFP) issued by the Department of Veterans Affairs for various water management and purification services. The amendment extends the deadline for offers to July 11, 2025, and includes updated details such as a revised Statement of Work (SOW) and new information regarding Contract Line Item Numbers (CLINs). The services required span multiple categories, including web-based data management, water management programs, advanced disinfection system services, and maintenance of chlorine analyzers. Each service is defined with a contract period running from August 1, 2025, to July 31, 2026, with options for up to four additional years outlined, targeting compliance with water quality standards. The document emphasizes that any changes to submitted offers must be communicated by a specified deadline to avoid rejections, maintaining the original contract's terms unless amended. The purpose of the document is to clarify and facilitate the bidding process for contractors interested in providing the essential services regarding water purification systems at VA facilities, reflecting the government's commitment to maintaining health and safety standards for veterans.
    The meeting sign-in sheet pertains to the solicitation for potable water management services from the Southeast Louisiana Veterans Healthcare System. Scheduled for June 9, 2025, at 9:00 AM CST, the gathering takes place in the lobby area of the facility located at 2400 Canal St., New Orleans, LA. The sheet captures participant information, including names, titles, companies, phone numbers, and email addresses, signifying their attendance at the event related to federal requests for proposals (RFPs). This meeting serves as a forum for stakeholders to engage regarding project expectations and framework, reflecting the government's structured approach to soliciting management services vital for ensuring accessible and safe water supply for veterans. Attendees likely include local contractors, government officials, and subject matter experts, aiming to align on best practices and compliance measures vital for securing federal grants and fulfilling the RFP requirements effectively.
    The document outlines important requirements for contractors participating in a federal RFP process, specifically regarding the submission of proposals for the WMP Management Information System. Key elements include the necessity for contractors to accurately fill price blanks for specific CLINs (00011, 1011, 2011, 3011, and 4011), adhering to a not-to-exceed limit of $10,000 before initiating work. Proposals must include separated documents: Part A (Technical) and Part B (Price), including a signed SF 1449 form, which can either be part of the quote or a standalone document. Additional required sections include limitations of subcontracting, representations and certifications, and the Continuation of SF 1449, all indicating organizational capability to fulfill the contract scope. It clarifies that the current WMP provider, Webmaster One, utilizes a proprietary system that does not require exclusive software access for vendors. This structured guidance aims to facilitate compliance and improve the quality of proposals, ensuring they are considered eligible for award by federal agencies.
    The Southeast Louisiana Veterans Health Care System is seeking a contractor for a Potable Water Monitoring and Maintenance Program. This contract aligns with VA Directive 1061, which mandates actions to prevent Legionella growth in healthcare facilities. The contractor will oversee water quality monitoring, treatment services, and compliance with federal and local regulations, crucial for the health and safety of patients and staff. Services will cover several buildings in New Orleans, including inpatient and outpatient facilities, requiring specialized personnel with proper certifications. The contract spans one base year commencing August 1, 2025, with four possible extensions and emphasizes strict quality control, maintenance protocols, and effective communication with government representatives. Detailed deliverables include regular water quality and temperature reports, and preventive maintenance logs, with penalties for non-compliance. The contractor's personnel must maintain professional standards and follow all security requirements outlined in the document, which also emphasizes data protection and prompt reporting of incidents. This initiative reflects the VA's commitment to providing safe water systems within its healthcare facilities, ensuring compliance with established safety guidelines and regulations.
    The Southeast Louisiana Veterans Health Care System is seeking contractor services for a Potable Water Monitoring and Maintenance Program, aimed at ensuring safe water supply and preventing legionella outbreaks in accordance with VA Directive 1061. The contract covers essential tasks including water quality monitoring, treatment services, sampling, and system maintenance at specified facilities in New Orleans. The contractor is responsible for providing qualified personnel and maintaining compliance with federal regulations ensuring water safety. Key deliverables include monthly and weekly water quality reports, preventative maintenance logs, and 24/7 service availability. The program emphasizes rigorous monitoring of water temperature, pressure, pH, and oxidant residuals to mitigate health risks, with mandated responses to anomalies. The contract spans one base year with four optional extensions, beginning August 1, 2025. The successful contractor must adhere to strict safety and environmental regulations, ensuring all actions and personnel reflect professional standards. This initiative underscores the commitment of the Department of Veterans Affairs to safeguard the health of veterans and facility staff by securing potable water safety in VA-administered healthcare settings, while providing a framework for comprehensive contractor oversight and service evaluation.
    The Southeast Louisiana Veterans Health Care System Potable Water Monitoring and Maintenance Program aims to ensure water safety and compliance within the facility, following the VA Directive 1061 guidelines against legionella, a harmful bacteria linked to water systems. The contract involves comprehensive monitoring, treatment, and maintenance services for various buildings on the New Orleans campus, focusing on water quality, temperature control, and preventative measures. The contractor will provide trained personnel and necessary equipment, managing both routine and emergency maintenance tasks over a five-year period, starting in August 2025. Key deliverables include regular reporting on water quality, temperature, and treatment logs, alongside maintenance of water systems in accordance with federal regulations, including EPA standards. The contractor is expected to foster transparency through submission of reports and invoices, ensuring all services align with stipulated health and safety protocols. Implicit in this contract are stringent performance evaluations and compliance checks, ensuring that contractual obligations uphold the goals of public health protection and operational excellence within VA facilities.
    The document is a Wage Determination Notice from the U.S. Department of Labor under the Service Contract Act, detailing wage and benefit requirements for federal contracts in Louisiana. It specifies minimum wage rates for various occupations, highlighting distinctions based on contract dates and executive orders. Contracts starting after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30 per hour if not renewed past January 30, 2022. The document also outlines fringe benefits, including health and welfare, vacation, and holiday entitlements. Contractors are reminded of the need to classify unlisted job positions and obtain appropriate wage rates through a conformance process. Additionally, it addresses exemptions for certain skilled occupations, and the need for compliance with executive orders regarding paid sick leave. Overall, this notice provides essential guidance on ensuring fair compensation and compliance with labor standards for federal contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    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.
    S222--Medical Waste Solicitation at the SLVHCS POP: January 1st 2026 through December 31st 2026 Plus 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to provide comprehensive medical waste disposal services at the Southeast Louisiana Veterans Healthcare System (SLVHCS) in New Orleans, Louisiana. The procurement includes services for regulated medical waste, chemotherapy waste, pharmaceutical waste, and general hazardous waste, with a contract period from January 1, 2026, to December 31, 2030, encompassing one base year and four option years. This opportunity is particularly significant as it is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), emphasizing the VA's commitment to supporting veteran entrepreneurs. Interested contractors must submit their electronic quotes by December 19, 2025, and are encouraged to attend a mandatory site visit on December 12, 2025, for which prior RSVP is required. For further inquiries, contact Christopher Rossi at christopher.rossi2@va.gov.
    J079- SLVHCS Housekeeping Equipment Maintenance: POP: 01/01/2026 thru 12/31/2026, w/ 4 Option Years
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide housekeeping equipment maintenance and repair services at the Southeast Louisiana Veterans Healthcare System in New Orleans, Louisiana. This procurement involves a non-personnel services contract that includes a base year from January 1, 2026, to December 31, 2026, with four additional option years, covering preventive maintenance, scheduled and unscheduled repairs for various housekeeping equipment from manufacturers such as Nilfisk, Tennant, Hoover, and Taski. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), with a NAICS code of 811310 and a size standard of $47 million. Interested parties must submit their electronic quotes by December 19, 2025, at 13:00 Central Time to Christopher Rossi at christopher.rossi2@va.gov, and all inquiries must be directed to the same contact by December 09, 2025, at 13:00 CST.
    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.
    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.
    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.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.