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
ID: HT941026Q2000Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCY HCD WESTCAMP PENDLETON, CA, 92055, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quote (RFQ) from the Defense Health Agency Contracting Activity (DHACA) Healthcare Contracting Division-West (HCD-W) seeks bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems for the Ophthalmology Department at Naval Medical Center San Diego. The requirement includes water quality testing to AAMI ST-108 standards for parameters like pH, conductivity, and bacteria. The solicitation, set aside 100% for small businesses, outlines a base period and four option years for service. Contractors must comply with FAR and DFARS clauses, including those concerning telecommunications equipment and access control via the Defense Biometric Identification System (DBIDS). Evaluation will be based on technical capability (acceptable/unacceptable), past performance (more important than price), and price reasonableness. Quotes, due by October 20, 2025, at 10:00 AM Pacific, must include a technical capabilities statement, past performance references, and a completed price sheet.
    The Defense Health Agency (DHA) Western Markets Contracting Division's Past Performance Questionnaire (PPQ) is a crucial tool for evaluating offerors for U.S. Government contracts. This three-page attachment (Attachment 2, Rev 11/2022) gathers detailed feedback on a firm's past performance, with responses due by October 20, 2025. The PPQ requires information about the offeror, project, and evaluator, and includes a standardized rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unacceptable, Not Applicable). It assesses various aspects, including client relations, subcontractor management, employee retention, quality of work, schedule adherence, cost control, and compliance with labor and safety standards. Additionally, the questionnaire asks about past performance issues (e.g., cure notices, terminations) and overall satisfaction, culminating in an overall rating. The government reserves the right to verify all information, and while offerors are encouraged to submit the completed PPQ with their quotes, it can also be sent directly to the DHA. Names of evaluators remain confidential, but offerors may discuss adverse remarks.
    This Defense Health Agency (DHA) Statement of Work (SOW) outlines the requirements for service and maintenance of AmeriWater Reverse Osmosis (RO) Water Treatment and VIQUA Ultraviolet (UV) Water Disinfection Systems in the Ophthalmology Department at Naval Medical Center San Diego (NMCSD). The contractor must provide all labor, parts, materials, and equipment, adhering to OEM specifications, US, State, and Local laws, US Navy regulations, Joint Commission requirements, and AAMI standards. Services include preventive and corrective maintenance, initial inspections, routine inspections, water quality monitoring, and sanitation. The contractor must also provide specific replacement parts and a replacement water pump. Field Service Reports are required within 72 hours, and water quality testing results within 10 days. The SOW details requirements for personnel qualifications, test equipment calibration, response times, and invoicing. It also covers contractor liability, utility access, security, safety, and compliance with applicable laws. All work requiring additional charges or modifications must have written approval from the Contracting Officer (KO).
    Similar Opportunities
    J065--NTX REVERSE OSMOSIS MAINTENANCE SERVICE
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified contractors to provide comprehensive maintenance services for reverse osmosis water purification systems at the North Texas Veterans Healthcare System. The procurement includes a base year and four option years, focusing on routine checks, water sampling, filter replacements, and emergency repairs to ensure a 95% uptime for critical systems. This maintenance service is vital for the operation of medical facilities, ensuring the availability of purified water for patient care. Interested parties must submit their proposals, including a signed SF 1449 and compliance documentation, by the specified deadlines, and can contact Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or 210-694-6315 for further information.
    Water Treatment Purification Maintenance
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for a comprehensive maintenance agreement for water treatment purification systems located in Washington, D.C. The procurement includes a total small business set-aside for facilities support services, specifically targeting a preventive maintenance agreement that encompasses monthly, quarterly, semi-annual, and annual service visits for various water purification components, with a total firm fixed price of $38,988.00 for a 12-month period. Interested vendors must provide brand name or equivalent items, ensure compliance with OEM warranty requirements, and submit their technical and price quotes via email to the designated contact, Elizabeth Harley, by the specified deadline. The estimated delivery time and additional service rates outside normal business hours are also to be included in the submission.
    Water Sample Collection and Analysis Services
    Buyer not available
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    Water Quality Testing Service
    Buyer not available
    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.
    Sources Sought Notice - Water Purification System for Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4 (NCO 4), is seeking information from qualified businesses capable of providing a Sterile Processing Service Water Purification System for the Wilkes-Barre VA Medical Center. The system must meet AAMI ST108 Critical Water specifications, produce at least 312 gallons per hour, and deliver 20 gallons per minute to various equipment, featuring a 250-gallon tank, UV light, leak detector, and automated DI/RO bypass. This procurement is crucial for ensuring the availability of purified water for sterile processing services, which are vital for maintaining hygiene and safety standards in medical procedures. Interested vendors should submit their responses, including company details and compliance information, by December 5, 2025, to Olivia McDonald at olivia.mcdonald@va.gov, noting that this is a Request for Information and not a solicitation for a contract award.
    46--WATER SOFTENER UNIT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four Water Softener Units, identified by NSN 4610015243223. This solicitation aims to fulfill specific requirements for water purification and sewage treatment, which are critical for maintaining operational readiness and ensuring the quality of water used by military personnel. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery is set for 167 days after the award. For inquiries regarding this solicitation, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.