H246--VACHS Critical Water Testing New Requirements 2025
ID: 36C24125Q0227Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H246)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the Critical Water Testing and Monitoring Program at the Veterans Affairs Connecticut Healthcare System (VACHS), specifically for the West Haven and Newington facilities. The procurement aims to establish a comprehensive water testing program that adheres to the updated AAMI ST-108-2023 standards, requiring monthly sampling at critical locations to ensure the safety and efficacy of sterile medical processes. This initiative underscores the importance of rigorous water quality management in healthcare settings, particularly in sterile processing services. Interested Veteran-Owned Small Businesses (VOSBs) must submit their quotations by February 21, 2025, and can direct inquiries to Contract Specialist Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.

    Point(s) of Contact
    Nathan LangoneContract Specialist
    (603) 624-4366
    Nathan.Langone@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for the Veterans Affairs Connecticut Healthcare System (VACHS), specifically regarding the Critical Water Testing and Monitoring Program for the West Haven and Newington facilities. The solicitation number is 36C24125Q0227, with a response deadline of February 21, 2025. This procurement falls under NAICS code 541380 and is designated as a Veteran-Owned Small Business (VOSB) set-aside. The contract aims to establish a robust water testing program meeting the updated AAMI ST-108-2023 standards for Sterile Processing Services, necessitating monthly sampling at various critical locations. All proposed services must include thorough compliance with testing protocols, provision of necessary certifications, and a system for emergency retesting in contamination cases. Contractors are required to deliver timely results and maintain rigorous testing procedures to prevent contamination. Evaluations will focus on price, past performance, technical capabilities, and veteran status of the contractor. The document specifies detailed testing schedules, required personnel qualifications, and conditions for contractor compliance with federal regulations. The procurement underscores the VA's commitment to ensuring the safety and efficacy of essential sterile medical processes through diligent water quality management.
    The Sources Sought Notice from the Department of Veterans Affairs (VA) seeks market research on potential vendors capable of providing critical water testing services for its two medical centers in Connecticut: West Haven and Newington. The contract will involve developing a monthly water testing program in compliance with updated standards from the AAMI ST-108-2023, which includes increased testing requirements for contamination at "every point of use." The contractor must ensure rapid response capability, including emergency testing, and provide all necessary labor, materials, and certifications for effective water sample analysis. Vendors are instructed to submit their qualifications by February 6, 2025, without expectation of reimbursement for responses. Detailed requirements for testing procedures, frequency, and compliance with VA safety protocols are outlined in the accompanying scope of work. The notice emphasizes the critical nature of maintaining sterile processing services within the hospitals, which require a reliable supply of uncontaminated water for equipment sterilization. This initiative demonstrates the VA's commitment to upholding strict operational standards for patient safety within its facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q301--Dialysis Sample Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for dialysis water and dialysate testing services at the VA New Jersey Healthcare System. The contract, valued at a maximum of $150,000 with a minimum of $5,000, requires adherence to AAMI standards, provision of necessary sampling equipment, and prompt delivery of test results, all while ensuring the integrity of samples during shipping. This testing is critical for maintaining the safety and reliability of dialysis water systems, which are essential for patient care. Interested vendors should contact Contracting Officer Natalie Acevedo at natalie.acevedo@va.gov, with the performance period set from April 1, 2025, to March 31, 2030, including a base year and four optional extension years.
    F108--36C25525Q0143_1 | Legionella Water Testing Services | Wichita VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Legionella water testing services at the Robert J. Dole VA Medical Center in Wichita, Kansas. The procurement aims to establish a single Indefinite Delivery Indefinite Quantity (IDIQ) contract over five years, focusing on the testing of both potable and non-potable water to ensure compliance with safety standards and validate Legionella control measures as per VHA Directive 1061. This initiative underscores the government's commitment to enhancing water safety in VA facilities, which is crucial for public health and resource management. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that the total award amount is up to $25 million, and they can contact Contract Specialist Aubrey L. Visocsky at Aubrey.Visocsky@va.gov for further details.
    Q301--648-25-3-5106-0019 - Legionella and Dental HPC Testing Service Contract
    Buyer not available
    The Department of Veterans Affairs is seeking responses for a service contract focused on Legionella and heterotrophic plate count (HPC) testing at the Portland VA Medical Center. The procurement aims to ensure compliance with health standards through quarterly sampling and laboratory testing of water sources, including faucets and showers, across multiple VA properties in Portland and Vancouver, Washington. This testing is critical for maintaining safe water quality in healthcare facilities, thereby protecting the health of veterans and staff. Interested contractors must submit their expressions of interest and capability statements to Contract Specialist Craig Brown at craig.brown7@va.gov or by phone at 360-816-2784 by March 21, 2025. The contract will be structured as a Base Plus Four arrangement, adhering to federal and state regulations, with a business size standard of $19 million under NAICS code 541380.
    Z1NE--Hudson Valley Healthcare System (HVHCS) Water Plant & Wastewater Treatment Plant Operation, Testing, Maintenance & Repair Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a firm-fixed-price contract to provide operation, maintenance, testing, and repair services for the Water and Wastewater Treatment Plants at the Hudson Valley Healthcare System's Castle Point and Montrose campuses. The contractor will be responsible for ensuring compliance with health and environmental regulations, conducting regular water quality monitoring, and managing necessary upgrades to the facilities, which are crucial for the medical center's operations. This contract is vital for maintaining public health standards and operational efficiency, with proposals due by March 21, 2025, at 10 AM Eastern Time. Interested vendors should contact Contract Specialist Tracy M. Vega at Tracy.Vega@va.gov or by phone at 716-862-7461 for further details.
    J046--Laboratory Water Purification System PM
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking vendors capable of providing preventive maintenance services for two Laboratory Water Purification Systems located at the Hampton VA Medical Center in Virginia. This opportunity is part of market research and aims to identify qualified vendors who can deliver all necessary labor, tools, equipment, and expertise for the maintenance of these systems, which are critical for ensuring the quality of water used in laboratory settings. The contract is set to commence on April 1, 2025, and will run through March 31, 2026, with the possibility of four one-year renewal options extending through February 2030. Interested parties must submit their responses via email to Contracting Officer James Risbon by March 17, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center in Dublin, Georgia. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing, particularly related to Legionella and heterotrophic plate counts. This contract is crucial for maintaining the operational integrity of the medical facility, with a total award amount of $41 million and a base year running from March 21, 2025, to March 20, 2026, along with four optional extension years. Interested vendors must submit their quotes to Contract Specialist Michael Barton via email by 11:00 AM EST on March 17, 2025, and are encouraged to clarify any questions by March 10, 2025.
    J045--Water Treatment Service
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a water treatment service contract at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. The contract, valued at up to $30 million, requires the contractor to maintain various water systems through monthly treatments, including the supply of necessary chemicals, management of repairs, and adherence to safety standards. This procurement is particularly significant as it supports the VA's commitment to engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and ensuring high-quality service delivery for veterans. Interested parties must submit their proposals by March 14, 2025, and can contact Contract Specialist Stephanie Watts at Stephanie.Watts@va.gov or 601-362-4471 for further information.
    J041--West Haven Chiller Preventative Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide preventative maintenance services for chillers and water pumps at the VA Medical Center in West Haven, Connecticut. The contract, designated as RFQ 36C24125Q0290, aims to ensure efficient cooling operations during the summer months, thereby enhancing service delivery to veterans. This procurement is particularly significant as it is set aside for Veteran-Owned Small Businesses, emphasizing the VA's commitment to supporting veteran entrepreneurship while maintaining high operational standards. Interested parties must submit their proposals electronically by March 7, 2025, and can direct inquiries to Contracting Specialist Nathan Langone at Nathan.Langone@va.gov or by phone at 603-624-4366.
    F107-- Pharmacy USP Sampling Services
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Pharmacy USP Sampling Services at the Fayetteville VA Medical Center, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement requires compliance with the latest microbiological testing standards, including the analysis and reporting of results for various samples, and mandates that contractors possess ISO/IEC 17025 accreditation. This contract is crucial for ensuring the safety and efficacy of pharmaceutical services provided to veterans, with a performance period starting from July 14, 2025, and extending through multiple option periods until July 13, 2030. Interested vendors must submit their quotes by March 13, 2025, and can contact Caleb Parker, the Contract Specialist, at caleb.parker@va.gov for further information.