H999--Water Sampling & Monitoring Services
ID: 36C24125Q0374Type: 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

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for Water Sampling and Monitoring Services at the Togus VA Medical Center in Augusta, Maine. The contract will require the contractor to perform extensive water sampling and monitoring in compliance with AAMI ST108, AAMI ISO23500, and VA DIR 1042 standards, with an estimated total of 9,655 water samples to be tested over the contract duration. This procurement is critical for ensuring the safety and quality of water used in medical processes, thereby supporting the health and well-being of veterans. Interested bidders must submit their quotes electronically by May 19, 2025, at 5:00 PM EST, and can direct inquiries to Contract Specialist Kenya Mitchell at Kenya.Mitchell1@va.gov or by phone at 860-666-6951.

    Point(s) of Contact
    Kenya MitchellContract Specialist
    (860) 666-6951
    Kenya.Mitchell1@va.gov
    Files
    Title
    Posted
    This document outlines an amendment to a previous combined solicitation, focusing on Water Sampling & Monitoring Services for the Togus VAMC in Augusta, ME. The solicitation, numbered 36C24125Q0374, is a request for quotation (RFQ) set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 541380. The Department of Veterans Affairs aims to award a firm-fixed price contract for these services, which involve extensive water sampling and monitoring in accordance with AAMI ST108, AAMI ISO23500, and VA DIR 1042 standards. The estimated annual sample volume is up to 1,931, with the contractor responsible for collecting approximately 1,067 samples and the VA collecting the remainder. Key evaluation factors for proposals include price, past performance, and technical capability, with submissions due by May 19, 2025, at 5:00 PM EST. The contract will have a base year and four one-year option years, emphasizing compliance with all applicable regulations, certifications, and security requirements.
    This document is a solicitation from the Department of Veterans Affairs for Water Sampling and Monitoring Services at the Togus VA Medical Center in Maine. It invites bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a firm-fixed price contract, requiring compliance with specific water testing standards set by AAMI, ISO, and VA directives. The contractor will be responsible for collecting and testing approximately 9,655 water samples over the contract's duration, ensuring results meet National standards. Key deliverables include reporting test results, providing sample collection kits, and maintaining communication with agency contacts. The contract emphasizes the importance of past performance, technical qualifications, and adherence to regulatory standards in the evaluation of quotes. The total period of performance includes a base year with four optional renewal years, contingent on satisfactory performance. Interested bidders are required to send their quotes via email by May 14, 2025, and must also address potential operational concerns such as personnel security, appropriate licensing, and compliance with federal regulations. This solicitation exemplifies the government's focus on regulatory compliance and support for small businesses in federal contracting.
    The Department of Veterans Affairs has issued an amendment to request quotations for Water Sampling and Monitoring Services at the Togus VA Medical Center in Augusta, Maine. The solicitation, designated 36C24125Q0374, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 541380. Proposals are due by May 19, 2025. The contractor will perform various water tests to ensure compliance with standards set by AAMI ST108 and VA directives, with an expected annual volume of around 1,931 samples collected across multiple locations within the facility. The contractor is responsible for all required analyses and reporting results electronically in a timely manner. Evaluation criteria will include price, past performance, and technical capability, ensuring the contractor can fulfill the requirements effectively. Moreover, compliance with federal regulations, including OSHA standards and cybersecurity measures, is mandatory for all contractors involved. This initiative underscores the importance of maintaining water quality standards within VA facilities to ensure patient safety.
    The document clarifies the annual sample volumes for dialysis testing, specifically addressing a question about Tables 1 and 2 in a Performance Work Statement. Table 1 lists a total of 156 dialysis tests. The response explains that this number refers to annual "kits" for dialysis water testing. Table 2 breaks down the individual tests included within these kits, detailing the monthly and quarterly tests for LAL, Colony Count, and AAMI Panel for both product water and dialysate, performed on three machines. The annual volumes for these individual tests are explicitly calculated to sum up to the total of 156 tests, confirming they are not separate but components of the "Dialysis 156" estimate in Table 1. The tests within these kits are not included in separate individual test counts from Table 1, clarifying that "Dialysis 156" represents the comprehensive kit total.
    The document addresses inquiries regarding the annual sample volumes for dialysis tests specified in a Performance Work Statement. It clarifies that the total count of 156 tests for dialysis mentioned in Table 1 includes tests executed via a kit provided by the current vendor. The breakdown of these tests is further detailed in Table 2, where it specifies each individual test's frequency. For instance, various tests, such as LAL and Colony Count for Product Water and Dialysate, are scheduled monthly for each of the three dialysis machines, while an AAMI Panel is conducted quarterly. Thus, all these individual tests cumulatively account for the 156 tests outlined initially. The response clarifies that the volumes listed in Table 2 are not independently estimated but are encompassed within the broader annual sample count provided in Table 1, ensuring an understanding of the testing process for dialysis in compliance with federal oversight and quality assurance standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Legionella Water Testing (Boise VAMC)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Legionella water testing services at the Boise VA Medical Center (BVAMC). This procurement involves a Firm-Fixed-Price contract with a five-year ordering period, which includes a base period and four option periods, requiring the contractor to collect and analyze water samples for Legionella and other contaminants, adhering to specific sampling frequencies and reporting timelines. The importance of these services lies in ensuring the safety and quality of water for veterans, with testing requirements that include accreditation by recognized bodies and proficiency in Legionella testing through the CDC ELITE program. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, should contact Craig L. Brown at Craig.Brown7@va.gov for further details, with proposals due as specified in the solicitation documents.
    Y1DA--FY26: NRM (PROJ:673-23-107) BB Install Continuous Water Quality for Legionella Directive Compliance
    Veterans Affairs, Department Of
    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.
    F103-- Well Network Water Testing Service Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a Well Network Water Testing Service Contract for the Asheville Veterans Affairs Medical Center (VAMC). This contract will require the selected contractor to perform monthly water testing of the emergency backup well system, assessing various contaminants including Total Coliform, E.coli, Lead, and Nitrates, with results to be delivered digitally within five business days of testing. This acquisition is a 100% Small Business Set-Aside, with a performance period from January 9, 2026, to January 8, 2031, and proposals are due by December 24, 2025, at 3:00 PM EST. Interested parties should direct all inquiries via email to Contracting Officer Zanona Pickett at Zanona.Pickett@va.gov, as telephone requests will not be accepted.
    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.
    SPS Water Purification System - Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a new Sterile Processing Service Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is a total small business set-aside, requiring vendors to provide and install a water purification system that meets AAMI ST108 Critical Water specifications, capable of producing at least 312 gallons per hour and delivering 20 gallons per minute, along with a 250-gallon tank, ultraviolet light, and a leak detector. The installation is critical for maintaining the cleanliness and safety standards of the medical facility, and a mandatory site visit is scheduled for January 8, 2025, at 10:00 AM EST. Interested vendors should contact Olivia McDonald at olivia.mcdonald@va.gov for further details and to ensure compliance with the outlined requirements.
    F014--Tree Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Tree Removal Services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe coloring, with the contract structured as a base year plus one option year. This service is crucial for maintaining the safety and aesthetics of the medical center's grounds, ensuring compliance with environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm fixed price quotes, along with a completed Limitation of Subcontracting form and a technical capabilities proposal, by December 26, 2025, at 5:00 PM EST. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov.
    J046--Replacement of SPS R.O. Critical Water Sytem at VA NJ HCS East Orange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to replace the Sterile Processing Service (SPS) Reverse Osmosis Critical Water System at the VA New Jersey Healthcare System in East Orange, New Jersey. The project involves adhering to AAMI ST108 Critical Water Quality Specifications, removing the existing system, installing new water treatment technologies, and conducting comprehensive water quality testing, with a construction magnitude estimated between $100,000 and $250,000. This critical water system is essential for maintaining the quality of water used in medical procedures, ensuring patient safety and compliance with health standards. Proposals must be submitted electronically to Contracting Officer Ms. Mitchelle Labady at Mitchelle.Labady@va.gov by December 30, 2025, with a site visit scheduled for December 22, 2025, and a deadline for questions on December 26, 2025.
    S208--Snow Removal Services TOGUS MAINE 402-26-1-4808-0031
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for snow removal services at the VAMC Togus in Augusta, Maine, under Solicitation Number 36C24126Q0132. The procurement aims to ensure safe and accessible conditions for patients, employees, and visitors by providing comprehensive snow and ice removal from various areas, including walkways and loading docks, throughout the winter months from October 1 to May 31. This contract includes a one-year base period with four additional option years, emphasizing the importance of timely and effective snow management in a healthcare setting. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm-fixed-price quotes by December 18, 2025, at 11:00 AM EST to Tyler Kenyon at tyler.kenyon@va.gov, with evaluations based on price, technical capability, past performance, and compliance with subcontracting limitations.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    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.