F103--Chemical Water Treatment Services
ID: 36C24825Q0607Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for Chemical Water Treatment Services at the Bay Pines VA Healthcare System and the Lee County VA Clinic in Florida. The procurement aims to establish a comprehensive water chemical treatment program that ensures compliance with Veterans Health Administration standards, including continuous monitoring and maintenance of water systems. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses, is anticipated to span five ordering periods from June 2025 to 2030, with a total award amount of $41 million. Interested vendors must submit their proposals by June 20, 2025, and can direct inquiries to Contract Specialist Angel Garay at angel.garay@va.gov or Moneque Rodriguez at moneque.rodriguez@va.gov.

    Point(s) of Contact
    Angel GarayContracting Officer
    (939) 351-2783
    angl.garay@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA), Network Contracting Office 8 (NCO 8), has issued a Sources Sought Notice seeking information on qualified sources for Chemical Water Treatment Services at various facilities, including the Bay Pines Healthcare System in Florida. This request is part of market research aimed at assessing the availability and capability of contractors to provide specified equipment and services for cooling towers and boiler plants. Contractors are encouraged to submit responses with detailed information, including company capabilities, points of contact, and any existing government contracts. The deadline for submissions is April 8, 2025, and the information provided will aid in determining the appropriate acquisition method. This notice does not constitute a solicitation for bids and is intended solely for informational purposes, without obligation for the Government to award a contract subsequently. The VA emphasizes the confidential nature of the information submitted and the importance of a complete response to assess contractor qualifications effectively.
    The Bay Pines VA Healthcare System seeks proposals for Chemical Water Treatment Services at the C.W. Bill Young VA Medical Center and Lee County Healthcare Center. This solicitation is exclusively available to Service-Disabled Veteran Owned Small Businesses (SDVOSBCs). Interested vendors must be registered in the System for Award Management (SAM), hold Veteran Small Business Certification (VetCert), and be listed in the Dynamic Small Business Search (DSBS). The relevant NAICS code for this procurement is 221310, which pertains to Water Treatment and Distribution, with a small business size standard of $41 million. The solicitation is expected to be published around May 23, 2025, with proposal responses due by June 6, 2025. Proposals should be submitted to the Contract Specialist, Angel Garay, and must follow detailed instructions outlined in the applicable FAR guidelines. This presolicitation notice reflects the government's commitment to supporting veteran-owned businesses and ensuring quality water treatment services for its healthcare facilities.
    The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs for a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract covering Chemical Water Treatment Services at the Bay Pines VA Healthcare System. The contract is anticipated to span five ordering periods from June 2025 to 2030, with a total award amount of $41 million. Key responsibilities include providing a comprehensive water chemical treatment program and continuous monitoring of various water systems to ensure compliance with Veterans Health Administration standards. The contractor must possess at least five years of relevant experience, assign a qualified water treatment specialist, and maintain a partnership with a state-certified laboratory. They are responsible for delivering all necessary chemicals and testing equipment while ensuring compliance with FDA and EPA guidelines. Performance metrics center on maintaining specified levels of water quality and implementing training for VA personnel regarding routine testing and chemical handling. Additionally, the document details the administrative requirements, including coordination for site work, response times for emergencies, and communication protocols. The emphasis is placed on safety, reliability, and effectiveness in managing chemical treatment systems, reflecting the VA's commitment to providing high-standard healthcare facilities.
    The document serves as an amendment to the solicitation 36C24825Q0607 issued by the Department of Veterans Affairs (VA) Network Contracting Office 8. It primarily aims to notify interested bidders about a site visit at the C.W. Bill Young VA Medical Center and the Lee County Healthcare Center, providing important information for understanding the procurement environment related to the solicitation. The amendment clarifies the new deadline for submission of offers, which is extended from June 6, 2025, to June 20, 2025, at 2:00 PM EST. The document outlines the registration requirements for the site visit, including limitations on the number of representatives and the necessity of valid identification for entry. The purpose of the site visits is to allow vendors to gain insights into the VA's operational settings and to formulate relevant questions for the solicitation process. Furthermore, it emphasizes that attendance is not mandatory to submit a proposal, thus maintaining equal opportunity for participation among interested parties. Participants are instructed to register via email prior to a deadline, and specifics about the site visit conduct, including restricted items and arrival protocols, are also detailed. Overall, the amendment ensures effective communication and enhances understanding among potential offerors engaging with the VA's procurement process.
    This document serves as an amendment to Solicitation Number 36C24825Q0607 related to the C.W. Bill Young VA Medical Center and the Lee County Healthcare Center. The amendment updates the site visit registration dates and procedures. The site visits are scheduled for June 10 and June 11, 2025, respectively, allowing vendors to better understand the project environment and scope. Each vendor may send up to two representatives and must provide a valid ID for entry. Registration for the site visits will close on June 6, 2025, with participation capped at five parties, handled on a first-come, first-served basis. Attendance is encouraged but not mandatory for bidding on the solicitation. The amendment clarifies that the Department of Veterans Affairs is not obligated to award contracts or reimburse expenses related to the site visit. Queries must be directed to the Contract Specialist, Angel Garay, via specified email. The amendment ensures that vendors are adequately informed and prepared for the solicitation process while maintaining regulatory compliance and transparency in government contracting activities.
    This document serves as an amendment to Solicitation 36C24825Q0607, issued by the Department of Veterans Affairs Network Contracting Office 8. The primary purpose of this amendment is to extend the deadline for offer submissions from June 20, 2025, to July 1, 2025, at 2 PM EDT. In addition, the amendment notes that responses to submitting questions will be addressed in a forthcoming amendment. Importantly, it states that there are no changes to the terms, conditions, or the Statement of Work associated with the solicitation. The document outlines the process for acknowledging receipt of the amendment, emphasizing that failure to acknowledge may result in rejection of offers. The amendment requires the signature of the contracting officer, Moneque Rodriguez. The overall structure includes standard headers and sections typical for government contracts, ensuring clarity in communication regarding changes to solicitation timelines.
    This document is an amendment to Solicitation 36C24825Q0607 from the Department of Veterans Affairs, aimed at revising the due date for responses to an RFP concerning maintenance services for various water systems at the Bay Pines and Lee County healthcare facilities. The primary purpose of the amendment is to extend the original deadline from July 1, 2025, to July 10, 2025, at 2:00 PM EDT, allowing potential contractors additional time to prepare their proposals. It includes responses to contractor inquiries, clarifying details about existing equipment, operational requirements, and the conditions of current systems. Questions addressed include requests for site surveys, current water system specifications, and maintenance practices. There are no additional changes to the solicitation's terms or conditions, and a follow-up amendment may be issued for unanswered questions. The document emphasizes the importance of contractor acknowledgment of this amendment to avoid proposal rejection, ensuring compliance with the updated timeline and requirements. The amendment reflects the VA's commitment to transparency and responsiveness in the procurement process while ensuring contractors can provide accurate and competitive bids.
    This document is an amendment to solicitation 36C24825Q0607 issued by the Department of Veterans Affairs, aimed at extending the deadline for bid submissions on a project related to cooling systems maintenance at the Bay Pines and Lee County VA Medical Centers. The submission deadline has been moved from July 10, 2025, to July 18, 2025, at 2 PM EDT. The amendment also includes responses to contractor inquiries, clarifies site visit details, and adds attachments for boiler specifications and cooling system visuals. Key contractor questions addressed include requests for site surveys, specifics about existing pumps and chillers at the facilities, and operational details about cooling systems, including tonnage, horsepower, loop volumes, and maintenance practices. The amendment confirms no significant changes to the solicitation's terms or the Statement of Work, affirming the importance of accurate quotes for the required services. The document underscores a commitment to ensuring contractors receive pertinent information for competitive bidding while maintaining compliance with federal contracting processes.
    The VA Handbook 6500.6 Appendix B outlines a proposed clause for contractor compliance with information and technology security requirements due to risks of data breaches, subject to public review and potential modifications. It mandates the inclusion of the security clause 852.273-75 in solicitations and contracts involving access to VA sensitive information. Contractors and their personnel must adhere to relevant federal laws and VA directives concerning information security as specified in the contract.
    The VHA Directive 1061(2), issued by the Department of Veterans Affairs on February 16, 2021, establishes guidelines for preventing health care-associated Legionella disease and scald injuries from water systems at VA facilities. The directive applies to buildings where patients or staff stay overnight and outlines expanded provisions concerning both potable and non-potable water systems. Major updates include clearer responsibilities for the Water Safety Committee and adjustments based on amendments through 2024. Key components include the implementation of engineering controls, continual monitoring of water quality, establishing written Health Care-Associated Legionella Disease Prevention Plans, and involving various stakeholders, including facility directors and support committees, in endorsing water safety protocols. It mandates annual assessments, environmental testing, and immediate action on any positivity for Legionella. The directive embodies the VA's commitment to protecting the health of veterans, staff, and visitors by minimizing the risks of Legionella exposure while ensuring compliance with relevant infection prevention standards and regulations. This documentation is crucial for maintaining health safety and enhancing the operational integrity of VA facilities in promoting public health.
    The VHA Directive 1061(2) addresses the prevention of Legionella disease in cooling towers at Department of Veterans Affairs (VA) medical facilities. It emphasizes the risks associated with non-potable water systems, particularly cooling towers that can facilitate the growth and transmission of Legionella bacteria through aerosols. Each VA facility is required to maintain a current Cooling Tower Policy and Management Plan, reviewing and updating it regularly. The directive outlines a comprehensive management approach, including an inventory of cooling towers, risk analysis, operational procedures, maintenance requirements, emergency action plans, and testing protocols. Specifically, Legionella testing must occur within 7 days of starting a cooling tower and every 90 days while operational. Action thresholds for Legionella culture results are specified, mandating different remediation strategies based on the detected levels of bacteria. The document ensures that facilities maintain water quality and monitor for any biological contamination while documenting findings and actions taken. This directive demonstrates the VA's commitment to safeguarding public health by instituting rigorous standards for water systems management in its healthcare facilities.
    The VHA Directive 1810 outlines updated policies for boiler and boiler plant operations within VA medical facilities, detailing new responsibilities for health administrators, technical requirements for boiler design, and streamlined local compliance procedures. It rescinds the previous directive from 2017 and emphasizes the importance of safe and efficient boiler operations, mandating comprehensive training and documentation standards for staff involved in boiler management. The directive emphasizes a commitment to safety and regulatory compliance while ensuring reliable heating services in VA facilities.
    The document establishes mandatory standards for the design and operation of cooling tower water systems at Veterans Health Administration (VHA) facilities. It aims to ensure safe and effective management to prevent waterborne pathogens, particularly Legionella, which is linked to Legionnaires’ disease. Key policies require each facility to develop a Cooling Tower Management Plan that includes risk analyses, operational procedures, maintenance protocols, and emergency action plans for biological exceedances. Facilities must monitor water quality, including biocide levels, through regular testing and maintain documentation for compliance with industry regulations. Staff training, safety protocols, and effective chemical management are also emphasized to protect patients and staff. This standard aligns with federal directives and best practices for environmental safety, aiming to enhance the operational integrity and public health outcomes of VHA facilities.
    The document outlines a Service Program Description designed for a contractor-customer relationship in managing water treatment systems. It details the shared responsibilities between the contractor and customer across various service categories such as program management, training, special projects, process oversight, inventory management, and system monitoring. Key responsibilities are assigned to either the contractor or the customer, with specific tasks including written reports on water treatment procedures, training for personnel, surveys, inspections, emergency services, and inventory management. Additionally, it emphasizes the importance of best practice recommendations and continuous monitoring of water systems for optimal performance. The structured format facilitates clarity in roles and expectations, ensuring effective implementation of the program while adhering to industry standards. This document serves as a reference within federal and state RFP contexts, ensuring compliance and accountability in service delivery.
    This government document outlines extensive data regarding energy consumption and steam usage in a facility over multiple months, from April 2004 to October 2024. The information includes daily statistics on total fuel, electricity, steam generation, water makeup, and efficiency percentages. Each entry categorizes performance metrics such as maximum and minimum readings, average temperatures, and oxygen levels, providing insight into the operational efficiency and resource utilization of the facility. Key highlights include variations in steam generation, fuel consumption, and efficiency rates, with notable differences across various months. For example, the total fuel usage and efficiency percentage fluctuate significantly, demonstrating the impact of operational adjustments and external factors on performance. This data serves to support ongoing evaluation and management for possible federal grants, RFPs, and local government initiatives focusing on energy efficiency, resource optimization, and infrastructure improvements. By documenting these metrics, the facility aims to enhance energy management strategies that align with government funding guidelines and efficiency objectives, ultimately supporting a transition towards more sustainable operations.
    The Statement of Work outlines a Chemical Treatment and Service Program for the Bay Pines VA Healthcare Center and Lee County Healthcare Center, providing detailed requirements for a qualified contractor to deliver water chemical treatment services for various systems, including cooling towers, boilers, and chilled water loops. The contractor must ensure compliance with VHA standards, perform regular testing, and maintain water quality for safety and efficiency in system operations. Key qualifications include a minimum five-year experience, a specialized water treatment specialist, and the operation of a certified laboratory. Performance requirements include strict limits on chemical parameters and indications of effective monitoring, such as corrosion rates and chemical concentrations. The contractor is responsible for reporting findings, training VA staff, and coordinating inspections. The document emphasizes adherence to environmental regulations and safety standards critical for operational longevity and reliability of facilities. Overall, this program reflects the VA's commitment to maintaining high-quality water treatment standards in a healthcare environment.
    Similar Opportunities
    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.
    Laundry Chemical Supplies and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    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.
    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.
    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.
    R499--Sterile Compounding Compliance QA Program
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance Program, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This program encompasses a range of services, including monthly garbing competency assessments, media fill tests, hazardous drug manipulation competency evaluations, and cleaning and disinfection competency checks, with a contract period extending from January 1, 2026, to December 31, 2030. The importance of this procurement lies in ensuring compliance and safety in sterile compounding practices, which are critical for patient care in healthcare settings. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or by phone at 210-393-9281.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    3510--Pre-Washed linen- Contingency for Lake City
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of pre-washed linens as a contingency supply for the Lake City VA Medical Center in Florida. The required items include various linens such as bath blankets, flat sheets, washcloths, pillowcases, bath towels, envelope contour sheets, and spread blankets, all treated with Silvaclean, with delivery expected within 30 days of contract award. This procurement is critical for maintaining hygiene and comfort for veterans receiving care at the facility. Interested vendors must submit their offers by January 20, 2026, at 12:00 PM Eastern Time, and can contact Contracting Officer Victor J. Mercado at Victor.Mercado@va.gov or by phone at 352-214-6492 for further information.
    Z2DA--OKC Replace Exterior Utility Lines Project 623-24-101 Posted 9-17-25 Closes 10-08-25
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Replace Exterior Utility Lines Project" at the Jack C. Montgomery VA Medical Center in Muskogee, OK, with a contract value estimated between $2,000,000 and $5,000,000. The project involves replacing exterior water and sewer lines, creating separate fire protection and domestic water loops to mitigate Legionella contamination, and requires compliance with ADA, OSHA, and NFPA standards. This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes the importance of safety, quality assurance, and adherence to federal regulations throughout the construction process. Proposals are now due by December 17, 2025, at 2:00 PM CST, and must be submitted via email to Contract Specialist Jesus A. Villegas at jesus.villegas@va.gov.