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
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the leasing and maintenance of a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to ensure compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing, requiring contractors to provide equipment installation, ongoing maintenance, and comprehensive water quality testing. This initiative is critical for enhancing healthcare service delivery and maintaining safety and infection control protocols within the medical facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their proposals by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
    F103--Water Management RO/DI System RFQ One Year Purchase Order Huntington VAMC 512-25-3-506-0016
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide preventative maintenance for the Reverse Osmosis/Deionizing (RO/DI) System at the Huntington VA Medical Center in West Virginia. This one-year contract, beginning May 12, 2025, requires the vendor to supply all necessary parts, labor, and supervision to ensure the system operates effectively and prevents bacterial growth, which is critical for maintaining hygiene standards in sterile processing operations. Proposals must be submitted by May 2, 2025, at 12 PM Eastern Time, and the contract is set aside for small businesses, emphasizing the VA's commitment to operational readiness and compliance with health standards. Interested bidders can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details.
    Sterile Processing Service Water Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
    NEW CTX Water Purification System Repair
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for the repair and upgrade of the water purification system at the Central Texas Veterans Healthcare System in Temple, Texas. The project entails the installation of two de-ionization tanks, replacement of ultraviolet sanitation lights, reverse-osmosis filters, and rebedding of the water softener and carbon tanks, all while adhering to manufacturer guidelines and VA regulations for chemical handling. This initiative is crucial for enhancing the functionality and safety of the central pure water system, which supports vital VA research activities. Interested vendors should contact Shannon Robinson at shannon.robinson3@va.gov or 210-875-7473, or Tommy Haire at Tommy.haire@va.gov, and indicate their ability to meet the requirements, including business size and status as an SDVOSB, VOSB, or Small Business, as the project is set to commence on August 1, 2025.
    Y1DA--FY25: NRM (PROJ: 516-23-117) BB - Refresh Hemodialysis
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "Refresh Hemodialysis" project at the C.W. Young VA Medical Center in Bay Pines, Florida. This project involves comprehensive demolition, renovation, and construction of the hemodialysis suite, with an estimated budget between $1,000,000 and $2,000,000, and a performance period of 168 days from the Notice to Proceed. The initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with safety and operational standards while minimizing disruption to ongoing medical services. Proposals are due by May 7, 2025, and must be submitted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with all submissions evaluated based on cost, technical capabilities, and past performance. Interested contractors can contact Kenneth Caryer at Kenneth.Caryer@va.gov for further information.
    H146--Hemodialysis Water Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for hemodialysis water testing services at the VA Long Beach Healthcare System in California. The procurement involves comprehensive testing for bacteria/colony count and LAL/endotoxin, with the contractor responsible for providing all necessary supplies and adhering to AAMI standards for testing frequency and reporting. This service is critical for ensuring the safety and quality of water used in hemodialysis operations, which is vital for patient care. Interested vendors must submit their proposals by April 24, 2025, at 3:00 PM Pacific Time, and can direct inquiries to Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or by phone at 562-721-9577.
    J045--To install and repair G2 RO Systems, Water Softener and Carbon Tanks
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the installation and repair of G2 Reverse Osmosis (RO) Systems, water softeners, and carbon tanks at the West Texas VA Health Care System's Boiler Plant in Big Spring, Texas. The project entails the complete removal of existing resin and gravel from three water softener tanks and their replacement with new materials, as well as the installation of new RO units and carbon tanks. This procurement is crucial for maintaining water quality and operational efficiency in healthcare services provided by the VA. Interested parties should direct their responses to Contract Specialist Abduel Sanford at abduel.sanford@va.gov, with work expected to be completed within 30 days after contract award. This notice serves as a Sources Sought Notice and does not constitute a formal request for proposals.
    Z2DA--PAD B100 Chiller Room Leak Detector Replacement
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
    HD Flex CystoNephro Videoscope Lease/Service Agreement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for a Sources Sought Notice regarding the lease and service agreement for HD Flex CystoNephro Videoscope equipment for the South Texas Veterans Health Care System in San Antonio, TX. The procurement aims to gather information from Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other socio-economically disadvantaged businesses capable of providing leased equipment, maintenance services, next-day shipping, and 24/7 technical support, while ensuring compatibility with existing VA equipment. This equipment is critical for medical procedures within the VA healthcare system, emphasizing the importance of reliable and efficient service. Interested parties must submit their detailed responses, including company information and capability statements, by April 29, 2025, and can contact Dayna Cantu at dayna.cantu@va.gov or 512-922-0142 for further inquiries.
    6515--NX EQ Disinfectors: Liquid Germicide: Flexible Scope (AERs) (VA-25-00025497)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a combined synopsis/solicitation for the procurement of Liquid Germicide Disinfectors: Flexible Scope (AERs) under solicitation number 36C10G25R0018. The objective is to establish a single requirements contract for equipment that standardizes and automates the reprocessing of endoscopes, ensuring safety and compliance with reprocessing protocols while minimizing personnel exposure to harmful chemicals. These disinfectors are crucial for maintaining high standards of hygiene in VA medical facilities, supporting the health and safety of patients and staff. Proposals are due by May 5, 2025, and interested offerors must contact Contract Specialist Courtney Chattman at Courtney.Chattman@va.gov for inquiries, ensuring they are registered in the System for Award Management (SAM) prior to submission.