H146--Hemodialysis Water Testing
ID: 36C26225Q0554Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Testing Laboratories and Services (541380)

PSC

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

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Hemodialysis Water Testing Services at the VA Long Beach Healthcare System in California. The procurement aims to ensure compliance with established medical standards by conducting essential tests, including Bacteria/Colony Count and LAL/Endotoxin levels, while providing necessary sample collection supplies. This service is critical for maintaining high-quality healthcare for veterans, emphasizing the importance of reliable water quality in dialysis treatments. Interested vendors must submit their proposals by May 1, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or 562-721-9577 for further information. The contract is valued at approximately $19 million and includes a one-year base period with options for four additional years.

    Point(s) of Contact
    Carabon, KalContract Specialist
    (562) 721-9577
    Kahlfanie.Carabon@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a solicitation for Hemodialysis Water Testing Services at the VA Long Beach Healthcare System (VALBHCS). The solicitation, numbered 36C26225Q0554, requires responses by April 10, 2025, at 3:00 PM Pacific Time. The services needed are detailed in attached documents, including schedules, standards, and wage determinations related to hemodialysis water testing. The contract is overseen by the Network Contracting Office 22 located in Long Beach, California. Interested parties should contact Contract Specialist Kal Carabon for further information. This solicitation reflects the VA’s ongoing efforts to ensure the delivery of high-quality healthcare services to veterans while maintaining compliance with applicable standards and regulations.
    This document is an amendment to solicitation number 36C26225Q0554, which seeks proposals for hemodialysis water testing services for the Department of Veterans Affairs. It confirms the submission deadline for responses as May 1, 2025, by 3:00 PM Pacific Time. The solicitation falls under the Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside category, with a product service code H146 and a NAICS code of 541380. The principal address for both the contracting office and the performance site is the VA Long Beach Healthcare System in Long Beach, California. Relevant attachments are included, such as the amended request for quotation (RFQ), vendor questions, and a standard outlining hemodialysis water testing requirements. This amendment serves to clarify the solicitation details and provide additional information necessary for vendors to prepare their proposals, emphasizing the commitment of the Department of Veterans Affairs to secure reliable water testing services for patient care in dialysis treatments.
    The document outlines a solicitation amendment for hemodialysis water testing services for the Department of Veterans Affairs, specifically for the VA Long Beach Healthcare System. The key changes include an extension of the deadline for offers to May 1, 2025, and the incorporation of vendor responses to submitted questions. Additionally, the Statement of Work (SOW) is updated to reflect the requirement for contractors to have the Perry Johnson Laboratory Accreditation (PJLA), along with ISO/IEC 17025 accreditation, to ensure quality testing of hemodialysis water. The contract services involve regular testing for bacteria/colony counts and LAL/endotoxin levels, which must be performed according to specified standards and within strict reporting timelines. The contractor is responsible for providing all necessary sample collection supplies, labor, and documentation to meet regulatory requirements. All testing must occur during specified hours with proper communication regarding test results, emphasizing the importance of compliance for patient safety and care quality. This RFP amendment reinforces the VA's commitment to maintaining high standards in healthcare services through detailed qualifications and service requirements for potential contractors.
    The document outlines a Request for Proposal (RFP) related to laboratory testing services and associated shipping requirements to support the VA Southern Arizona Healthcare System. It details specific test requisitions from D&D Laboratory, including a 48-hour Bacteria/Colony Count test, LAL Kinetic Turbidimetric test, and FedEx express return shipping services on weekdays and Saturdays. The document specifies quantities for each service—ranging from 12 to 800 units—indicating a structured acquisition plan across multiple years, counting a base year and four option years. Notably, each service appears under a unique Contract Line Item Number (CLIN), with comments and performance requirements referenced in an attachment. While price details remain unspecified, the document emphasizes sourcing equivalent brands, aligning with requisite performance standards listed in the Statement of Work. This procurement strategy is essential for ensuring efficient laboratory operations and timely delivery of test results in a healthcare context, demonstrating governmental investment in essential healthcare services and compliance with best practices.
    The AAMI Technical Information Report (TIR) TIR34:2014/(R)2021 focuses on the critical importance of water quality in the reprocessing of medical devices. It provides comprehensive guidelines for selecting, maintaining, and monitoring the appropriate water quality needed at various stages of medical device reprocessing. The report emphasizes the significance of effective water treatment systems to prevent contamination that may lead to device malfunction, toxic reactions, or infections. Key topics covered include the categorization of acceptable water quality, the principles of water treatment processes, strategies for bacterial control, and the need for continuous monitoring. The document outlines specific water characteristics that must be controlled, such as microbial levels, organic and inorganic contaminants, and water hardness. The TIR also notes that while its guidelines are voluntary, they may be adopted by regulatory agencies for compliance. As medical device technology evolves, the recommendations in this report aim to enhance patient safety and prevent adverse health outcomes associated with inadequate water quality in healthcare facilities. Overall, it underscores the collaborative responsibility of both device reprocessing and water maintenance personnel to ensure optimal water standards.
    The document outlines compliance requirements for contractors working with the Department of Veterans Affairs (VA) under the Immigration and Nationality Act of 1952, as amended. Contractors must adhere to laws and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor, particularly regarding the employment of non-immigrant foreign nationals. They must ensure that they do not knowingly employ individuals lacking legal status in the U.S. and must comply with E-Verify requirements. Non-compliance may result in prohibiting the employment of the non-compliant foreign national and can lead to contract termination for breach. Contractors are also required to obtain similar certifications from their subcontractors. The document emphasizes the seriousness of false certifications, which can result in prosecution under federal law, highlighting the legal responsibilities of contractors in safeguarding the integrity of their workforce while serving veterans.
    The document is a Wage Determination report, specifically 2015-5613, Rev. 28, applicable to the regions of Long Beach and Los Angeles Counties, effective from December 23, 2024. Its purpose is to establish minimum wage rates and fringe benefits for workers engaged in federal contracts, ensuring compliance with the Davis-Bacon Act. The report includes detailed wage classification categories for various job roles, such as laborers, electricians, and carpenters, along with corresponding hourly wages and benefits. The document is structured to provide essential information for contractors responding to federal RFPs, federal grants, and state and local proposals by ensuring fair compensation for workers. Compliance with these wage determinations is crucial for organizations to adhere to labor laws and regulations while promoting equitable pay practices in federal contracting. This report plays a vital role in the contractual framework by safeguarding workers' rights and setting standards for labor costs in federally funded projects.
    The provided document is a detailed overview of federal and state/local RFPs (Requests for Proposals) and grant opportunities. It outlines various funding options available for organizations focusing on specific projects aligned with government priorities. The key ideas center around the strategic allocation of funds, required criteria for proposal submission, and instructions for maintaining compliance with federal guidelines. A significant aspect of the document is a structured presentation of eligible activities and the associated eligibility criteria that applicants must meet for different funding programs. Additionally, it emphasizes the need for collaboration among various stakeholders and compliance with local regulations to ensure effective utilization of the awarded grants. This document serves to inform potential applicants about the application process, deadline management, and strategies to enhance funding proposals. It reflects the government's commitment to supporting public initiatives through effective funding mechanisms while detailing robust support systems for applicants to navigate the proposal stages effectively. The information is pivotal for organizations seeking federal and state funding to advance their missions and address community needs through well-planned projects.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs for hemodialysis water testing services at the VA Long Beach Healthcare System. The contract, valued at approximately $19 million, involves conducting specific tests—Bacteria/Colony Count and LAL/Endotoxin—along with providing necessary sample collection supplies. The service must comply with established medical standards and include documentation detailing test results. The contract duration is one year, with options for four additional years, emphasizing a fixed-price structure for deliverables. Vendors are required to meet certain technical qualifications, including capability to operate various dialysis equipment and communicate test results promptly. The vendor must also adhere to federal contracting regulations, including limitations on subcontracting and ensuring compliance with accessibility standards. Submission details include a deadline for offers and a requirement for bidders to provide pertinent company information and documentation. The evaluation process prioritizes experience in hemodialysis water testing over pricing. This RFP highlights the VA's commitment to maintaining health standards while providing essential services to veterans.
    The document addresses vendor inquiries related to RFQ 36C26225Q0554 pertaining to Hemodialysis Water Testing. Key questions focus on the specific accreditation for testing required, as the RFQ does not clarify this. The response indicates that Perry Johnson Laboratory Accreditation (PJLA) 23500-1:2024 is the relevant standard for water quality management in hemodialysis. It also emphasizes that AAMI TIR34 was replaced by the 23500 series, with TIR34 serving as a general document for water quality in medical device reprocessing while 23500-1 specifically pertains to hemodialysis. The distinction is significant as it clarifies the scope and applicability of the standards required for proper water quality management in dialysis treatments. The overall communication aims to ensure vendors understand the necessary specifications to meet the government's requirements effectively.
    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.
    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.
    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.
    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.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.