J046--B. Braun Aquaboss Water Treatment Systems Preventative Maintenance Inspection (PMI) and Corrective Maintenance (CM) at the Greater Los Angeles VA Healthcare System
ID: 36C26225Q0719Type: Combined Synopsis/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 quotations for preventative and corrective maintenance services for B. Braun Aquaboss Water Treatment Systems at the Greater Los Angeles VA Healthcare System. The procurement aims to ensure optimal operation of the water treatment systems through scheduled preventive maintenance inspections and responsive corrective maintenance, with all necessary labor, materials, and parts provided at no additional cost to the government. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will span from June 1, 2025, to May 31, 2030, with options for four additional years. Interested contractors must submit their proposals by May 13, 2025, and direct any inquiries to Contract Specialist Loan Dho at loan.dho@va.gov.

    Point(s) of Contact
    Loan DhoContract Specialist
    loan.dho@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking quotations for preventative and corrective maintenance services for B. Braun Aquaboss Water Treatment Systems at the Greater Los Angeles VA Healthcare System. This request for quotation (RFQ) is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is governed by the Federal Acquisition Regulation (FAR) for streamlined commercial service procurement. The scope of work requires contractors to provide labor, materials, and travel for maintenance activities consistent with the manufacturer’s guidelines. Maintenance must be performed regularly, with all parts supplied at no additional cost to the VA. Contractors must ensure that their personnel are fully qualified and provide a program manager responsible for project oversight. Quotes will be evaluated on experience, past performance, qualifications, and pricing. The contract will be awarded to the most advantageous offer to the government, covering a base year and four optional years. The deadline for submitting responses is May 13, 2025, and all interested companies must address inquiries to the specified contract specialist. This solicitation emphasizes adequate service delivery to ensure operational readiness of critical water treatment systems within the VA healthcare network.
    The document is an amendment notification regarding solicitation number 36C26225Q0719, issued by the Department of Veterans Affairs, specifically Network Contracting Office 22. The amendment addresses vendor inquiries for additional information and clarifications related to proposals. Among the key updates is a price/cost schedule revision that allows for the inclusion of potential replacement parts costs in the proposals, particularly for emergency repairs outside of standard preventative maintenance. The document emphasizes that any increase in costs for these services will require prior approval through a formal modification process. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged. This document is characteristic of government RFP processes, focusing on procurement requirements and vendor communication to ensure transparency and compliance.
    This document serves as an amendment to solicitation number 36C26225Q0719, issued by the Department of Veterans Affairs, Network Contracting Office 22. The primary purpose of this amendment is to update the Price/Cost Schedule by adding line items specifically for "Emergency Repairs, Costs in relation to findings from inspection." All other terms and conditions of the original solicitation remain unchanged. Offerors are instructed to acknowledge receipt of this amendment prior to the submission deadline and to use the updated Combined Synopsis for proposal submissions. The amendment aims to facilitate enhanced clarity regarding costs associated with emergency repairs in relation to inspection findings, thus ensuring transparency and comprehensive financial planning for bidders. The amendment reflects a commitment to maintaining rigorous standards in government contracting and the efficient execution of procurement processes.
    The document outlines the Statement of Work for the maintenance of Aquaboss Reverse Osmosis systems at the VA Greater Los Angeles Healthcare System. The contractor is expected to provide comprehensive preventive and corrective maintenance services, ensuring optimal operation of the equipment. Key tasks include conducting scheduled preventive maintenance inspections, addressing corrective maintenance as needed, providing 24/7 technical support, and ensuring all necessary materials and repairs at no additional cost to the government. The contractor's personnel must be qualified and comply with specific safety regulations while performing work. The contract establishes work hours, security procedures, identification protocols for contractor personnel, and insurance requirements. Invoicing processes are also detailed, specifying requirements for payment upon satisfactory completion of services. This document serves as a guide for contractors to meet the VA's service needs, ensuring both compliance and performance standards within a structured framework.
    The document outlines the addendum to FAR 52.212-1, which provides instructions to offerors for submitting quotes related to commercial products and services in federal government procurements. It highlights the importance of adhering to the specific requirements for the solicitation, including the necessity for a valid Unique Entity Identifier and compliance with small business size standards for various acquisitions. Key provisions include instructions for the submission of quotes, which must be signed and include specific details such as the solicitation number, technical descriptions, pricing, and acknowledgments of amendments. The document emphasizes the need for compliance with established deadlines and outlines the government's right to accept or reject any quotes. Furthermore, it designates a specific requirement for preventative maintenance and corrective services for B. Braun Aquaboss Water Treatment Systems, explicitly stating that only Service-Disabled Veteran-Owned Small Businesses (SDVOSB) verified on SAM.gov will be considered. Submission deadlines are set, with a focus on providing sufficient documentation, including past performance and compliance with technical specifications. Overall, the document serves as a guideline for potential offerors, ensuring clarity in the proposal submission process and the criteria for evaluation within the context of government contracting.
    This document outlines the evaluation criteria for government purchase orders related to commercial products and services, emphasizing the best value for the Government based on price and other factors. Key evaluation elements include price, contractor experience, past performance, and qualifications of personnel. Contractors must demonstrate their ability to maintain and repair Aquaboss Water Treatment Systems through documented experience and existing contracts. Past performance will be assessed via customer surveys and reports. Qualifications require field service engineers to be factory-trained and provide current certification or proof of ability to obtain certification within a set timeframe. The total price evaluation includes all specified options, with specific considerations for additional service extensions. The Government maintains the right to award based on the overall benefit to its needs, rather than solely on the lowest price. This framework ensures that contractors meet minimum requirements while offering additional value to the Government.
    The VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) establishes eligibility requirements for federal contracts specifically reserved for these businesses. Defined by criteria including at least 51% ownership and control by service-disabled veterans, businesses must also comply with federal size standards and be listed in the SBA certification database. Only certified SDVOSBs are eligible to submit offers for contracts, with additional regulations governing subgroup participation and subcontracting limits. The document specifies that SDVOSBs may only engage certified firms for a certain percentage of contract work, with particular conditions for service contracts, supplies, and construction. Misrepresentation of SDVOSB status may result in severe penalties, including debarment from future government contracts. Overall, this notice aims to prioritize opportunities for service-disabled veterans in government contracting, reinforcing compliance and integrity within the program.
    The document outlines the VA Notice of Limitations on Subcontracting, a requirement for offerors engaged in federal contracts pertaining to services and construction. It emphasizes compliance with specified subcontracting limitations, which vary based on the type of contract. Specifically, for service contracts, no more than 50% of the amount paid by the government can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). General construction contracts limit this to 85% and special trade contractors to 75%, excluding materials costs. The offeror must certify their compliance with these limitations, acknowledging the serious legal implications of false certifications, as well as potential penalties for non-compliance, including fines and debarment. Furthermore, the offeror is expected to provide documentation to verify compliance to the VA, failing which could lead to remedial action. This certification must be officially completed and is a prerequisite for contract consideration, underlining the government's commitment to supporting veteran-owned businesses and ensuring accountability.
    The solicitation from the Department of Veterans Affairs (VA) seeks a contractor to provide preventative and corrective maintenance for B. Braun Aquaboss Water Treatment Systems at the Greater Los Angeles VA Healthcare System. This request for quotes (RFQ) emphasizes a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires personnel to meet specific qualifications, including factory training on the equipment. Key obligations include conducting scheduled preventive maintenance inspections (PMI) and being available for corrective maintenance with a 24/7 technical support offering. The contract entails providing all necessary labor, parts, and materials at no additional cost to the government. Invoicing will be monthly, and contracts will span from June 1, 2025, through May 31, 2030, with options for four additional years. The evaluation of submissions will rely on experience, past performance, qualifications of personnel, and cost, ensuring that bids are advantageous to the government. Potential contractors must adhere to various requirements throughout the performance of the contract, including safety regulations and insurance coverage. The submission deadline is set for May 13, 2025, with inquiries due by May 5, 2025.
    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.
    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.
    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.
    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.
    J065--Preventative Maintenance for Steris Sterilization Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for Steris Sterilization Systems at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and anticipates awarding a firm-fixed-price contract, which will cover a base period from January 1, 2026, to December 31, 2026, with four additional one-year option periods. The services required include all labor, materials, equipment, and supervision necessary to maintain the sterilization systems in accordance with manufacturer specifications and OEM standards. Interested parties must submit technical questions by December 12, 2025, and proposals by December 17, 2025, to the Contracting Specialist, T Miller, at t.miller@va.gov.
    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.
    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.
    Boiler Water Treatment and Boiler commissioning Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a qualified contractor to provide boiler water treatment and commissioning services for a CREST Lochinvar FBN1251 boiler at the Fort Lawton Campus in Seattle, Washington. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 238220, with a small business size standard of $19 million, and includes comprehensive services such as water quality analysis, chemical treatment, and boiler commissioning over a 90-day performance period. This opportunity is critical for ensuring the operational efficiency and safety of the VA's heating systems, which are vital for maintaining a conducive environment for veterans' healthcare. Interested parties must submit their offers by December 17, 2025, at 15:00 PST, and direct any questions to Derek Crockett at derek.crockett@va.gov by December 10, 2025.
    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.
    J065--Abbott VP2000 Slide Stainer Preventative Maintenance Inspection, Corrective Maintenance and Repair Services at the Greater Los Angeles VA Healthcare System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is seeking qualified small businesses to provide preventative maintenance inspection, corrective maintenance, and repair services for a government-owned Abbott VP2000 slide stainer at the Greater Los Angeles VA Healthcare System. The contract is a firm fixed price arrangement for a base year with two option years, requiring all necessary labor, materials, and software updates to ensure the equipment operates in accordance with manufacturer specifications and Joint Commission standards. The Abbott VP2000 is critical for preparing samples for molecular diagnostic analyzers, emphasizing the importance of maintaining its functionality for accurate diagnostics. Interested parties must submit their technical narratives, past performance documentation, and pricing by December 22, 2025, with inquiries directed to Contract Specialist Loan Dho at loan.dho@va.gov.