Reverse Osmosis Water System
ID: HT940625QE002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking a contractor to provide maintenance and support for the Reverse Osmosis Water System and sterilizer equipment at the Naval Health Clinic Cherry Point (NHCCP) in North Carolina. The contractor will be responsible for all labor, materials, and expertise necessary for preventive maintenance, water quality testing, and repairs, ensuring compliance with healthcare standards. This contract is critical for maintaining sterile processing requirements in healthcare settings, reflecting the government's commitment to quality and safety in patient care. Interested parties must submit their quotes electronically by the specified deadline, with the contract period spanning from September 15, 2025, to September 14, 2030, including multiple option years. For further inquiries, contact Koffi Alognon at koffi.e.alognon.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency has issued a Performance Work Statement (PWS) concerning the maintenance and support of the Reverse Osmosis (RO) Water System and sterilizer equipment at the Naval Health Clinic Cherry Point (NHCCP). The contractor is required to provide necessary labor, materials, and expertise to perform preventive maintenance, testing, and repairs, ensuring compliance with standards like AAMI ST108 and EN 285. The contract spans from September 15, 2025, through September 14, 2030, with multiple option years. Key responsibilities include scheduled preventive maintenance, water quality testing, and responding to unscheduled maintenance needs at NHCCP. The contractor will carry out daily, monthly, quarterly, and annual inspections and tests of equipment, including water and steam condensate analyses. The contractor must submit results within specific timeframes, ensuring patient safety and operational compliance. Government-provided utilities will be available, but the contractor is responsible for supplying all materials and equipment. Quality control will be monitored through field service reports. This PWS emphasizes the urgent need for consistent maintenance to uphold sterile processing requirements critical in healthcare settings, reflecting the U.S. government's commitment to healthcare quality and safety.
    The document addresses inquiries regarding the Combined Synopsis/Solicitation (HT940625QE002). It clarifies that this solicitation represents a recompete of the previously established contract HT940623P0105. This indicates that there was an incumbent contractor performing the services required. The response highlights the continuity of service within the contract framework, suggesting a need for ongoing evaluation and potentially updated proposals to enhance service delivery. The query and following answer exemplify the typical exchanges involved in federal procurement processes, particularly those related to contract recompete scenarios. This kind of inquiry is fundamental for organizations considering participation in federal RFPs, enabling them to understand the competitive landscape.
    The document is a solicitation for a contract aimed at women-owned small businesses (WOSBs) for commercial products and services. It outlines essential details like requisition number, contract number, award and effective dates, and solicitation issue date, adhering to a standard format for government procurement. The document includes sections for the offeror to provide necessary information, such as contact details, signatures, and specific terms like delivery and payment details. The solicitation specifies the business's eligibility criteria, including options for economically disadvantaged women-owned small businesses (EDWOSB) and service-disabled veteran-owned small businesses (SDVOSB). It highlights the need for compliance with federal regulations and the necessity for submission of pricing and accounting information. This solicitation reflects the federal commitment to encouraging participation from women-owned and other diverse small businesses in government contracting. The structure emphasizes transparency and adherence to standardized practices in government procurement, aiming to facilitate equitable access to contracting opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J065--NTX REVERSE OSMOSIS MAINTENANCE SERVICE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified contractors to provide comprehensive maintenance services for reverse osmosis water purification systems at the North Texas Veterans Healthcare System. The procurement includes a base year and four option years, covering essential services such as weekly system checks, water sampling, filter replacements, and emergency repairs, with a requirement to maintain a 95% uptime for critical systems. This contract is vital for ensuring the reliability of water purification systems that support healthcare operations, thereby safeguarding the health of veterans. Interested parties must submit their offers by December 11, 2025, at 12 PM CST, and should contact Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or 210-694-6315 for further details.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Water For Injection (WFI) System Pump repair/replacement and Emergency Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the repair and replacement of Water For Injection (WFI) System Pumps, along with emergency services related to this equipment. The procurement aims to ensure the operational integrity of water purification systems critical for medical applications, particularly within military healthcare settings. Interested contractors should note that the place of performance is Silver Spring, Maryland, and are encouraged to reach out to Ashley Atkins or Jennifer Jackson via their provided emails for further information. This opportunity is categorized under the NAICS code 238220 and is currently in the Sources Sought phase, with no set-aside restrictions.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Water Quality Testing Service
    Buyer not available
    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.
    Multiple Services Contract
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking qualified small businesses to provide multiple facility support services at Marine Corps Air Station Cherry Point, North Carolina. This sources sought notice aims to identify potential offerors capable of performing a range of maintenance and repair services, including HVAC systems, fire protection systems, and sewage plant operations, among others, under a firm-fixed price/indefinite quantity indefinite delivery (IDIQ) contract structure. Interested small businesses, particularly those classified as 8(a), HUBZone, Service-Disabled Veteran Owned, Women Owned, or Economically Disadvantaged Women Owned, are encouraged to submit a capabilities package by December 16, 2025, at 2:00 PM Eastern Time, to Joanna Miller at joanna.d.miller2.civ@us.navy.mil, with a maximum attachment size of 10Mb.