H346--FY25 | Dialysis Water Testing | Base +4
ID: 36C24225Q0243Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF242-NETWORK CONTRACT OFFICE 02 (36C242)ALBANY, NY, 12208, USA

NAICS

Testing Laboratories and Services (541380)

PSC

INSPECTION- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H346)

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 an indefinite delivery, indefinite quantity (IDIQ) contract for dialysis water quality testing services for the VA New York Harbor Healthcare System. The contractor will be responsible for conducting bacterial and endotoxin testing on water samples collected by the VA, ensuring compliance with AAMI protocols, and providing sterile sampling containers. This contract, valued at up to $250,000, is crucial for maintaining high standards of care and safety for veteran dialysis patients, with a performance period from April 1, 2025, to March 31, 2030. Interested vendors, particularly veteran-owned small businesses, should contact Contract Specialist Christopher J Weider at Christopher.Weider@va.gov for further details and submission requirements.

    Point(s) of Contact
    Christopher J WeiderContract Specialist
    Christopher.Weider@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is preparing to solicit quotes for dialysis water quality testing services for its New York Harbor Healthcare System facilities in Manhattan and Brooklyn. The Request for Quotes (RFQ) is anticipated to be issued around March 3, 2025, with a response deadline set for February 25, 2025. This requirement will be a set-aside for veteran-owned small businesses. The initial contract period is expected to run from March 24, 2025, to February 28, 2026, with four additional one-year options. Prospective contractors must be registered with the System for Award Management (SAM) prior to quote submission. The relevant NAICS Code is 541380, which pertains to Testing Laboratories and Services, with a small business size standard of $19 million. Interested parties should direct inquiries via email to the specified Contract Specialist, Chris Weider, ensuring the RFQ number is included in the subject line for clarity. This presolicitation notice underscores the VA’s commitment to engaging veteran-owned businesses and maintaining high water quality standards for its healthcare operations.
    The document outlines an indefinite delivery, indefinite quantity (IDIQ) contract for dialysis water quality testing services for the VA New York Harbor Healthcare System. It specifies requirements for bacterial and endotoxin testing, with samples collected and sent by the VA for analysis. The contractor is expected to provide sterile sampling containers, process samples promptly, and adhere to strict AAMI protocols. The contract spans from April 1, 2025, to March 31, 2030, with a budget of up to $250,000. It favors small businesses, particularly veteran-owned entities. Key factors include compliance with various health and safety standards, timely reporting of test results, and maintaining required certifications. The document serves as a formal solicitation to prospective vendors, detailing the terms of engagement, evaluation criteria, and submission requirements for proposals. This contract reflects the VA's commitment to ensuring high standards of care and safety for veteran dialysis patients by sourcing reliable testing services.
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining wage rates for various occupations relevant to federal contracts in specific New York counties. It specifies minimum wage rates linked to Executive Orders 14026 and 13658, requiring contractors to pay covered employees at least $17.75 or $13.30 per hour depending on contract dates. This includes supporting details such as applicable fringe benefits, occupational classifications, and stipulations for additional compensation for employees in certain hazardous roles or those required to wear uniforms. Moreover, it mentions provisions for paid sick leave under Executive Order 13706. The document serves as a guideline for contractors in determining compensation based on the Service Contract Act, ensuring fair pay for workers in government contracts and compliance with federal labor standards.
    Lifecycle
    Similar Opportunities
    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, with a focus on ensuring compliance with health and safety standards. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing for Legionella and heterotrophic plate counts, with a contract duration starting from March 21, 2025, to March 20, 2026, and four optional extension years. This procurement is critical for maintaining the operational integrity of the medical facility, with a total award amount of $41 million reflecting the project's significance. Interested parties should contact Contract Specialist Michael Barton at Michael.barton@va.gov for further details.
    H146--Wastewater Sampling and Analysis ,Chemical Oxygen Demand (COD) TEST. Response Date Extension SDVOSB Set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for wastewater sampling and analysis services, specifically focusing on Chemical Oxygen Demand (COD) testing, under solicitation number 36C26225Q0480. This contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran-owned enterprises in federal procurement. The work will be performed at the Long Beach VA Healthcare System in California, and the estimated contract cost for FY2024 is approximately $6,960.00. Interested parties must submit their proposals by the extended deadline of March 12, 2025, at 12:00 PM Pacific Time, and can contact Contract Specialist Jeanette Dedvukaj at jeanette.dedvukaj@va.gov for further information.
    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.
    VISN 1 Primary Reference Laboratory Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for VISN 1 Primary Reference Laboratory Testing Services, aimed at enhancing laboratory testing capabilities and specimen transport for veterans' healthcare facilities in New England. The contract encompasses a range of services, including specimen collection, transportation, analytical testing, and timely reporting of results, all in compliance with federal and state regulations. This procurement is crucial for ensuring quality healthcare delivery to veterans, with the contract period set from April 1, 2025, to September 30, 2025, and options for extension. Interested bidders should submit their offers by March 7, 2025, and can direct inquiries to Cynthia Thompson at Cynthia.Thompson2@va.gov or Sheryl Anthony at Sheryl.anthony@va.gov.
    J046--Water System Testing and Maintenance | Hyperchlorination | Erie VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for water treatment services, specifically hyperchlorination, at the Erie VA Medical Center. This procurement aims to establish an indefinite delivery, indefinite quantity contract to prevent the spread of Legionella disease within the facility's water distribution system, emphasizing the importance of maintaining safe water systems in healthcare environments. Interested vendors must be registered in the System for Award Management (SAM) and adhere to specific submission guidelines, including the separation of technical and pricing sections in their proposals. For further inquiries, potential bidders can contact Contract Specialist Keri Lewis via email at keri.lewis2@va.gov, with the contract anticipated to span five years under a Small Business Set-Aside arrangement.
    H349--NEW: Annual Eye Wash Station Inspection SERVICE Base 4 Option Years Contract
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Annual Eye Wash Station Inspection Service contract at the North Texas VA Medical Center in Dallas, Texas. This contract, identified by solicitation number 36C25725Q0345, requires annual inspections of emergency shower and eye wash stations, ensuring compliance with ANSI/ISEA Z358.1-2014 standards, and includes a base year with four optional renewal years. The estimated contract value is $41 million, reflecting the importance of maintaining safety standards in healthcare facilities while promoting participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 21, 2025, at 3:00 PM Central Time, and can contact Contract Specialist Crystal Carabajal at crystal.carabajal@va.gov or 210-915-4076 for further information.
    J065--B. Braun Dialog Hemodialysis Preventative, and Corrective Maintenance Services at the Greater Los Angeles VA Healthcare System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for preventative and corrective maintenance services for B. Braun Dialog Plus Hemodialysis equipment at the Greater Los Angeles VA Healthcare System. This Request for Proposal (RFP) is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a one-year base period with four additional option years, focusing on comprehensive maintenance services such as inspections, repairs, and parts replacement. The initiative is crucial for ensuring the operational efficiency and quality care of medical equipment used in the healthcare facilities serving Veterans. Interested parties should contact Loan Dho at loan.dho@va.gov, with a total award amount of $34 million available for this contract.
    Q301--FY24: VISN7-Reference Lab -Base + 4 Option Yrs.
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide reference laboratory services for VISN 7 facilities located in Alabama, Georgia, and South Carolina. The primary objective of this procurement is to enhance access to diagnostic testing and analysis that is not available within VA Medical Centers, while effectively managing costs associated with these services. The awarded contractor will be responsible for a comprehensive range of medical laboratory testing services, including specimen handling, timely reporting, and adherence to regulatory standards, thereby improving healthcare delivery for veterans in the region. Interested parties should contact Chelsea L. Smith, the Contracting Officer, at Chelsea.Smith1@va.gov or (910) 322-00863, with the total contract value estimated at approximately $41.5 million.
    6630--RFQ for Urinalysis Test CPRR BPA - VISN 20
    Buyer not available
    The Department of Veterans Affairs, through its Network Contracting Office 20, is seeking proposals for a Blanket Purchase Agreement (BPA) for urinalysis testing services across various facilities within the Veterans Integrated Service Network (VISN) 20. The BPA aims to streamline the provision of urine testing services, which includes supplying automated urinalysis equipment, training for personnel, and ongoing maintenance, all while adhering to federal standards. This initiative is crucial for enhancing healthcare services for veterans, ensuring efficient laboratory testing across multiple locations, with an estimated total of 91,740 urine microscopies and 126,410 urine chemistries required annually. Interested vendors must submit their proposals by March 19, 2025, at 3:00 PM Pacific Time, and can contact Contract Specialist Peter Park at Peter.Park2@va.gov for further information.
    Y1DA--537-23-102 VMU Equipment Tie-in
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the VMU Equipment Tie-in project at the Jesse Brown VA Medical Center in Chicago, IL. This procurement involves the installation of utility connections for washing equipment and the construction of stainless steel partitions, with a project magnitude estimated between $100,000 and $250,000, specifically set aside for verified service-disabled veteran-owned small businesses. The successful contractor will be required to complete the work within 187 calendar days following the Notice to Proceed, ensuring compliance with safety regulations and maintaining operational capabilities in an occupied medical facility. Interested parties should direct inquiries to Contract Specialist Kristine A Sutton at kristine.sutton@va.gov, with bids due by March 4, 2025, following a pre-bid site visit on February 12, 2025.