J045--Domestic Backflow Testing & Certification RFI
ID: 36C25025Q0478Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors for a Domestic Backflow Testing & Certification project at the Louis Stokes VA Medical Center in Cleveland, Ohio. The objective is to conduct annual on-site testing and certification of all active backflow mechanical devices located at Wade Park, the Transitional Residence House, and Fisher Houses, ensuring compliance with city certification requirements. This initiative is crucial for maintaining the integrity of plumbing systems within VA facilities while adhering to safety and regulatory standards. Interested contractors should contact Jennifer Nowak at Jennifer.Nowak@va.gov for further details, as no government-furnished equipment will be provided, and all work must comply with specified check-in and security protocols.

    Point(s) of Contact
    Jennifer NowakContract Specialist
    Email Communications Only.
    Jennifer.Nowak@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks contractors for a Domestic Backflow Testing & Certification project at the Louis Stokes VA Medical Center in Cleveland, Ohio. The objective is to conduct annual on-site testing and certification of all active backflow mechanical devices at designated locations, including Wade Park and Fisher Houses. Contractors must provide all necessary labor, materials, and supervision, ensuring compliance with the city's backflow certification requirements. Key tasks involve testing each backflow device per manufacturer specifications to identify failures, reporting results to the Contracting Officer Representative (COR) within seven days of testing, and adhering to VA safety standards. Performance monitoring will be conducted by the COR to ensure timely certification updates. Contractors must observe specific check-in and security protocols when working on-site, including potential background checks. No government-furnished equipment will be supplied, and any subsequent testing outside this contract requires prior approval. Overall, this RFI aims to ensure the integrity of plumbing systems within VA facilities while prioritizing compliance and safety standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Buyer not available
    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.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is soliciting proposals for the installation of a continuous water quality monitoring system at the James A. Haley Veteran's Hospital in Tampa, Florida. This project, titled "Bid Build – Install Continuous Water Quality Monitoring for Legionella Directive Compliance," aims to ensure compliance with VA Directive 1061 by implementing a system that monitors water quality parameters such as temperature, pressure, and chemistry across various hospital buildings. The estimated construction cost ranges from $500,000 to $1,000,000, with a performance period of 180 days following the Notice to Proceed. Proposals are due by January 16, 2026, and interested contractors must register in SAM.gov and adhere to specific requirements outlined in the solicitation, including technical and price proposal submissions. For further inquiries, contact Contracting Officer Stacy Figlinski at Stacy.Figlinski@va.gov or call 813-940-2788.
    J065--Medical Gas Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for medical gas inspections at the James J. Peters VA Medical Center in Bronx, NY. The contract focuses on annual inspections and corrective maintenance of medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets. Compliance with NFPA 99, NFPA 55, ASSE 6000 series, and CGA standards is required, emphasizing the critical nature of these services in maintaining patient safety and operational efficiency. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to Christopher Weider at Christopher.Weider@va.gov, with the contract covering a base period from January 13, 2026, to January 12, 2027, and four option years.
    C1DA--626A4-26-201 A/E Replace Domestic Water Fire Mains and Main Backflow Devices
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 9, is seeking qualified architectural and engineering firms for the project titled "Replace Domestic Water/Fire Mains and Main Backflow Devices" at the VA Tennessee Valley Healthcare System in Murfreesboro, TN. The project involves the replacement of approximately 30,000 linear feet of water mains and main backflow stations, along with necessary electrical and structural work, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This initiative is crucial for ensuring the reliability and safety of the facility's water systems, with an estimated construction budget ranging from $1,000,000 to $2,000,000. Interested firms must submit their SF330 forms electronically by December 18, 2025, at 1:00 PM Central Time, and can direct inquiries to Contract Specialist Michael R. Brown at Michael.brown1305@va.gov or by phone at 615-225-5975.
    Y1DA--36C25726R0015 | 671-22-118 Replace Cast Iron Drain 2nd and 3rd Floor
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the replacement of cast iron drain lines and the chemical waste system on the 2nd and 3rd floors of the Audie L. Murphy Memorial Veterans Hospital in San Antonio, Texas. This project, identified as 671-22-118, requires contractors to provide all necessary labor, materials, and equipment, with a contract value estimated between $500,000 and $1,000,000. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of maintaining operational continuity within the medical center while adhering to strict safety and regulatory standards. Proposals are due by December 9, 2025, at 2:00 PM CDT, and interested parties should contact Cassandra S. King at Cassandra.King@va.gov for further information.
    F103--Bay Pines Water Management Plan Update
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for the update and development of Water Management Plans (WMP) for the C.W. Bill Young Veterans Medical Center in Bay Pines, FL, and the Lee County Veterans Healthcare Center in Cape Coral, FL. The primary objective is to ensure compliance with VHA Directive 1061 regarding Healthcare Associated Legionella Disease prevention, which includes updating the existing WMP for Bay Pines and creating a new WMP for Lee County, along with ongoing support for sterile processing services. This initiative is crucial for maintaining water quality and safety standards in healthcare facilities, particularly in light of recent building additions and anticipated future developments. Interested contractors must submit their proposals by December 8, 2025, with the contract period starting from December 1, 2025, and extending through November 30, 2030, including four optional one-year extensions. For further inquiries, potential bidders can contact Contract Specialist Michael A. Shook at Michael.Shook@va.gov.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    F103--STX WATER QUALITY MONITORING
    Buyer not available
    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.
    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, covering essential services such as weekly system checks, water sampling, filter replacements, and emergency repairs, with a requirement to maintain a 95% uptime for critical systems. This contract is vital for ensuring the reliability of water purification systems that support healthcare operations, thereby safeguarding the health of veterans. Interested parties must submit their offers by December 11, 2025, at 12 PM CST, and should contact Contracting Officer Joseph A. Leyte at Joseph.Leyte@va.gov or 210-694-6315 for further details.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.