J046--NEPHROS FILTERS & QUARTERLY PM - INCLUDE REPLACEMENT SINK POP: 06/30/2025 - 06/29/2030 - (BASE PLUS FOUR OPTION YEARS)
ID: 36C26225R0067_1Type: Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of NEPHROS filters and quarterly preventative maintenance services, with a contract period spanning from June 30, 2025, to June 29, 2030, including a base year and four optional renewal years. The primary objective is to ensure the effective operation of water filtration systems critical for maintaining health and safety standards in VA healthcare facilities, particularly for immunocompromised patients. This contract emphasizes the importance of reliable water purification and maintenance services to support the ongoing care of veterans. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should contact Dr. Barry Bland at barry.bland@va.gov or (858) 626-8744 for further details, with a total contract value estimated at $41 million.

    Point(s) of Contact
    Dr. Barry BlandSenior Contract Specialist
    (858) 626-8744
    (858) 626-8744
    barry.bland@va.gov
    Files
    Title
    Posted
    The document outlines the evaluation process for government procurement under simplified acquisition procedures. The government will award a purchase order to the responsible quoter whose submission is most advantageous, considering price and various other factors. The evaluation criteria include technical quality, past performance, and price. Bids will be assessed through a comparative evaluation method, allowing for consideration beyond just the lowest price if it provides additional benefits. Key elements include an evaluation of the quoter’s ability to meet or exceed requirements, their track record of past performance, and an aggregated pricing approach that incorporates all line items and options. The government reserves the right to exercise options for service extensions but is not obligated to do so. This process emphasizes the importance of quality and reliability alongside cost in federal contracting scenarios, reinforcing the goal of maximizing value to the government while adhering to established guidelines.
    The document outlines the Statement of Work for a contract titled "Quarterly Maintenance NEPHROS POU Water Filtration" at the VA San Diego Healthcare System. This contract involves preventative maintenance for NEPHROS water filtration systems, crucial for removing microbial contaminants that pose risks to immunocompromised patients. The maintenance includes quarterly replacement of specific S100 filters across multiple hospital areas, with a focus on ensuring safety to prevent infections. The contract spans the Base Year from June 30, 2025, to June 29, 2026, with up to four additional option years. The contractor must hold necessary licenses, ensure compliance with safety regulations, and provide documentation of services rendered. Specific requirements include maintaining insurance, wearing identification badges, and adhering to a defined work schedule (Monday to Friday, 7:30 am to 4:00 pm). The document emphasizes strict adherence to regulations, safety protocols, and the authorization of changes in contract terms. Additionally, it clarifies that holiday pay is not reimbursable by the government and that contractors must invoice electronically for payment. This Statement of Work represents the VA's commitment to infection control and patient safety through proper water filtration maintenance.
    The document details the Service Contract Act Wage Determination (WD) number 2015-5635 for the state of California, specifically within San Diego County. As of December 23, 2024, this determination pertains to non-standard service descriptions, indicating employment conditions and wage requirements under federal contracts. The update is designated as Revision Number 26, which suggests ongoing revisions to ensure compliance with current labor standards. Stakeholders seeking information about wage determinations for service contracts can find this file on the specified government website. This document plays a crucial role in guiding employers and contractors regarding labor costs and worker rights in accordance with federal regulations, thereby influencing the procurement process for government contracts at various levels.
    The government file outlines essential documentation required for engaging with federal and state contracts, specifically focusing on VA10091, a W-9 Form, and an FMS Vendor File Update Request Form. The primary purpose is to ensure potential vendors comply with federal regulations when submitting proposals or applying for grants. The VA10091 form details a specific request for proposals, likely targeting veterans' services or healthcare, which is part of a broader effort to boost support for veterans through available funding. The W-9 Form facilitates tax reporting and verifies the vendor's taxpayer identification. Meanwhile, the FMS Vendor File Update Request Form allows for necessary updates to vendor information based on changes in status or business operations. Together, these documents highlight the procedural requirements for government entities and vendors, ensuring transparency, accountability, and adherence to federal mandates throughout the contracting process. Collectively, this emphasizes the importance of compliance and proper documentation in government procurement processes.
    The document outlines the instructions for submitting a quotation under Request for Proposal (RFP) 36C26225R0067 published by the VA for NEPHROS FILTERS and associated services. Offerors must submit required forms, including VA Form 10091 and W-9, to the VA Financial Service Center to ensure eligibility for award consideration. The evaluation process will compare quotations based on technical approach, pricing, previous experience, and past performance, allowing the government to choose offers that provide additional benefits beyond the lowest price. Offerors should include a technical capability statement and evidence of past relevant projects. Compliance with submission procedures is crucial, including sending quotes in PDF format by the specified deadline and ensuring SAM registration. Questions must be submitted by a set date, and responses will be posted on Federal Business Opportunities. The document emphasizes the importance of clarity and organization in the submission to facilitate evaluation. The overall purpose is to secure competitive bids for government contracts by establishing clear guidelines for contractors.
    The document outlines the vendor information necessary for processing requests within the Department of Veterans Affairs (VA) and includes provisions for compliance with federal requirements. Key components include the requestor's service details, vendor contact and address information, tax identification requirements, existing contracts, and socioeconomic classifications of the vendor. The vendor must confirm registration with the Central Contractor Registration (CCR) and provide a DUNS number for verification. Vital information such as the vendor's payment terms, whether they accept purchase cards, and their status as a 1099 vendor is also collected. The purpose of this document is to ensure that vendors meet compliance standards and are eligible to conduct business with the federal government, particularly in connection with the solicitation referenced (36C26225Q0125). The file emphasizes the importance of verifying vendor registrations and compliance with mandatory guidelines before entering new vendor data into the VA database. Overall, it establishes a structured framework to facilitate the vendor onboarding process while adhering to government procurement regulations.
    The document outlines the procurement process for the Department of Veterans Affairs (VA) regarding the solicitation 36C26225R0067 for NEPHROS water filtration replacement and associated quarterly preventative maintenance services. The contract is awarded to include a base year plus four optional renewal years, totaling an award amount of $41 million. The solicitation calls for offers from interested parties, especially emphasizing participation from small businesses, service-disabled veteran-owned businesses, and other specific classifications. The successful contractor will be required to comply with various federal regulations concerning information security, data privacy, and contract administration, detailing obligations regarding payment, delivery schedules, and invoice submissions. Key stipulations involve stringent security protocols for handling VA data, ongoing training for associated personnel, and potential penalties for data breaches, reflecting the importance of protecting sensitive information within the VA system. The overarching goal of this contract is to ensure reliable operations of medical water filtration systems within VA facilities, thereby supporting the continuous care of veterans. The contract’s complexity demands adherence to various federal regulations and emphasizes the importance of maintaining service quality and regulatory compliance.
    The procurement document VA-25-00055979 outlines a federal request for proposals (RFP) for the provision of Nephros S100 filters and quarterly preventative maintenance services, specifically including the replacement of sink and shower faucets. This contract is structured as a base period followed by four optional years, allowing for extended service commitment. Key components of the proposal include the supply and installation of specialized filters essential for water purification in healthcare settings and routine maintenance to ensure these systems function optimally. Additionally, the replacement of faucets indicates an emphasis on maintaining compliant and operationally proficient facilities within the Veterans Affairs healthcare system. The document stresses the importance of ongoing service to enhance the health and safety standards required in VA facilities, reflecting the government's commitment to supporting veterans' healthcare needs.
    The VA-FSC Vendor File Request Form is designed for federal vendors seeking to establish or update their information within the VA's Vendor Management System. It captures essential details about the vendor and their banking information for processing electronic payments in compliance with federal regulations. Vendors must indicate their type (commercial, employee, veteran, etc.) and provide their Unique Entity Identifier (UEI), Tax Identification Number (TIN), and if applicable, National Provider Identifier (NPI). The form requires the legal name, contact details of an authorized representative, and previous addresses if applicable. There are guidelines on how to submit the form, which must be faxed to a designated number for processing, typically requiring 3-5 business days. Additionally, a Privacy Act Statement emphasizes the importance of the information provided and potential consequences of incomplete submissions. Ultimately, this form facilitates the establishment or modification of a vendor’s record to ensure compliance and secure timely payments through the Automated Clearing House Payment System. This process is significant for enhancing the efficiency of federal procurement and payment operations.
    The document outlines the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction," which certifies that contractors awarded contracts will adhere to specific limitations on subcontracting. Based on the contract type, the contractor may subcontract only a portion of the work, specifically stipulating that for service contracts, no more than 50% of the government payment can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction permite up to 85% and special trade construction allows up to 75%. Contractors must acknowledge the serious legal implications of false certifications and ensure they can provide relevant documentation to prove compliance. The document emphasizes the necessity for transparency and cooperation with the VA in any compliance checks. It stresses that bids from offerors not providing the necessary certification will be deemed ineligible, thereby reinforcing the importance of subcontracting regulations within federal contracts aimed at fostering SDVOSB and VOSB participation in government procurements.
    The document is a Form W-9 issued by the IRS for U.S. persons to provide their Taxpayer Identification Number (TIN) for tax reporting purposes. It outlines the procedures for completing the form, which includes providing the name and address of the applicant, selecting the appropriate entity type, and certifying that the TIN is correct and that the individual is not subject to backup withholding. The form serves multiple purposes, such as confirming U.S. taxpayer status, preventing backup withholding on certain payments, and complying with tax reporting obligations for various income types, including real estate transactions and interest payments. Specific instructions detail the criteria for individuals and entities, such as sole proprietors and LLCs, and the process for obtaining a TIN if one is not available. Additionally, the document includes penalties for failing to provide accurate information, misuse of TINs, and the importance of protecting personal information to prevent identity theft. Overall, the Form W-9 is crucial for U.S. tax compliance in the context of government financial transactions, such as federal grants and RFPs, ensuring proper identification and reporting of taxable income.
    Similar Opportunities
    J046--NEPHROS FILTERS & QUARTERLY PM - INCLUDE REPLACEMENT SINK POP: 06/30/2025 - 06/29/2030 - (BASE PLUS FOUR OPTION YEARS)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Nephros S100 filters and quarterly preventive maintenance services, including the replacement of sink and shower faucets, for the VA San Diego Healthcare System. This procurement opportunity is set to span from June 30, 2025, to June 29, 2030, with the potential for four additional option years, emphasizing the importance of maintaining efficient healthcare service operations. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) vendors, and interested parties must submit their responses by March 28, 2025, at 10:00 AM Pacific Time. For further inquiries, vendors can contact Dr. Barry Bland, the Senior Contract Specialist, at barry.bland@va.gov or by phone at (858) 626-8744.
    J046--Laboratory, Water Purification System PM Service
    Buyer not available
    The Department of Veterans Affairs is seeking vendors capable of providing preventive maintenance services for a Laboratory Water Purification System located at the North Battlefield VA Outpatient Clinic in Chesapeake, Virginia. The procurement aims to ensure that all necessary labor, tools, equipment, and expertise are available to maintain the system effectively, with a contract period starting from April 1, 2025, and extending through four optional one-year renewals until February 2030. This opportunity is particularly significant as it prioritizes responses from verified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), in compliance with federal regulations. Interested parties must submit their responses by March 17, 2025, at 9:00 AM EST, and can contact Contracting Officer James Risbon at james.risbon@va.gov or by phone at 757-728-7128 for further information.
    J046--Combined Synopsis - VA Loma Linda Healthcare System - Deionized Water and Reverse Osmosis Systems - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking competitive quotes for a five-year contract to install and maintain critical water treatment systems at the VA Loma Linda Healthcare System in California. The procurement aims to identify qualified contractors to provide labor and materials for the installation, preventative maintenance, and emergency repair of reverse osmosis, deionized water, and water softener systems, with specific requirements for inspections, service logs, and water quality tests. This contract is vital for ensuring reliable water treatment processes essential for healthcare operations at the facility, with the contract period set to begin on April 1, 2025, and run through March 31, 2030, including options for two yearly extensions. Interested contractors should contact Koby Thiel at koby.thiel@va.gov or (520)-792-1450 Ext 1-6273 for further details and to submit their proposals, which will be evaluated based on price and past performance.
    J046--Laboratory Water Purification System PM
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking vendors capable of providing preventive maintenance services for two Laboratory Water Purification Systems located at the Hampton VA Medical Center in Virginia. This opportunity is part of market research and aims to identify qualified vendors who can deliver all necessary labor, tools, equipment, and expertise for the maintenance of these systems, which are critical for ensuring the quality of water used in laboratory settings. The contract is set to commence on April 1, 2025, and will run through March 31, 2026, with the possibility of four one-year renewal options extending through February 2030. Interested parties must submit their responses via email to Contracting Officer James Risbon by March 17, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center in Dublin, Georgia. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing, particularly related to Legionella and heterotrophic plate counts. This contract is crucial for maintaining the operational integrity of the medical facility, with a total award amount of $41 million and a base year running from March 21, 2025, to March 20, 2026, along with four optional extension years. Interested vendors must submit their quotes to Contract Specialist Michael Barton via email by 11:00 AM EST on March 17, 2025, and are encouraged to clarify any questions by March 10, 2025.
    J045--Sediment Filtration System Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide Sediment Filtration System Services for the Iowa City VA Health Care System. The procurement involves the installation and maintenance of two certified NSF/ANSI 61 sediment filtration systems, including necessary housing, media constructions, and training for maintenance staff, while ensuring compliance with federal safety and record-keeping regulations. This initiative is crucial for maintaining water quality and safety standards within the healthcare facility. Interested parties must respond by March 17, 2025, with required documentation to Emanuel Nevarez, Contract Specialist, at emanuel.nevarez@va.gov, and include their business classification and authorization details.
    Q301--Dialysis Sample Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for dialysis water and dialysate testing services at the VA New Jersey Healthcare System. The contract, valued at a maximum of $150,000 with a minimum of $5,000, requires adherence to AAMI standards, provision of necessary sampling equipment, and prompt delivery of test results, all while ensuring the integrity of samples during shipping. This testing is critical for maintaining the safety and reliability of dialysis water systems, which are essential for patient care. Interested vendors should contact Contracting Officer Natalie Acevedo at natalie.acevedo@va.gov, with the performance period set from April 1, 2025, to March 31, 2030, including a base year and four optional extension years.
    Z1NE--Hudson Valley Healthcare System (HVHCS) Water Plant & Wastewater Treatment Plant Operation, Testing, Maintenance & Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a firm-fixed-price contract to provide operation, maintenance, testing, and repair services for the Water and Wastewater Treatment Plants at the Hudson Valley Healthcare System's Castle Point and Montrose campuses. The contractor will be responsible for ensuring compliance with health and environmental regulations, conducting regular water quality monitoring, and managing necessary upgrades to the facilities, which are crucial for the medical center's operations. This contract is vital for maintaining public health standards and operational efficiency, with proposals due by March 21, 2025, at 10 AM Eastern Time. Interested vendors should contact Contract Specialist Tracy M. Vega at Tracy.Vega@va.gov or by phone at 716-862-7461 for further details.
    Renal CVVD Machines
    Buyer not available
    The Department of Veterans Affairs is seeking potential contractors to provide 10 NxStage Medical System One machines for the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement aims to enhance renal care services by acquiring advanced medical equipment that supports critical patient treatment. The Sources Sought Notice invites interested vendors to submit information regarding their capabilities, including company size and maintenance practices, to assist the VA in determining the appropriate procurement strategy. Responses are due by 1:00 PM Central Time on March 20, 2025, and interested parties should contact Lekeicia Anderson-Spight at lekeicia.anderson@va.gov or call 713-350-2943 for further details.
    Chamber Cleaning Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for chamber cleaning services at the South Texas Veterans Health Care Systems, specifically for the cleaning and calibration of seven Amsco 400 Series sterilizers six times a year. The contract, which is set to commence on May 1, 2025, and run through April 30, 2026, includes options for four additional 12-month extensions and requires contractors to provide all necessary materials and labor while ensuring compliance with federal health and safety regulations. These cleaning services are crucial for maintaining the sterilization standards essential to patient care within VA facilities. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Lesley Kitchen at lesley.kitchen@va.gov for further details and to ensure their proposals align with the outlined requirements.