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
    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.
    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.
    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.
    Water Quality Testing Service
    Veterans Affairs, Department Of
    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.
    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.
    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.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    S222--Grease Trap Vault Cleaning 635-26-2-5006-0025
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotations for grease trap and vault cleaning services at the Oklahoma City VA Health Care System. This contract, valued at $16.5 million, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses and includes a base period along with four option years, requiring monthly services to remove grease and sludge, deodorize tanks, and provide detailed service reports. The importance of these services lies in maintaining sanitary conditions and compliance with safety regulations within the healthcare facility. Interested vendors should contact Contract Specialist Tiffani S Perkins at Tiffani.Perkins@va.gov for further details regarding the solicitation, identified as 36C25926Q0086.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.