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
    Loading similar opportunities...