H246--Water Monitoring Stations
ID: 36C26325Q0640Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

EQUIPMENT AND MATERIALS TESTING- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H246)
Timeline
    Description

    The Department of Veterans Affairs, specifically VISN 23, is seeking information from vendors capable of supplying water monitoring stations equivalent to the EASYPRO Water Sampling Station Model #042837C3L1P3160CCCCA0A2A. The procurement aims to identify potential suppliers who can meet specific technical requirements, including a 7" touchscreen controller and various measurement capabilities such as CL02, pH, and conductivity, while adhering to the Buy American Act, which necessitates disclosure of the manufacturing location. This initiative is crucial for ensuring effective water monitoring in support of the department's operations. Interested vendors must submit their capabilities and relevant information by April 11, 2025, at 4 PM Central Time, and can direct inquiries to Senior Contracting Officer Joshua I Imdacha at Joshua.Imdacha@va.gov or by phone at 319-339-7017.

    Point(s) of Contact
    Joshua I ImdachaSenior Contracting Officer
    (319) 339-7017
    Joshua.Imdacha@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs' VISN 23 is seeking information through a Sources Sought Notice regarding the procurement of water monitoring stations. Specifically, they are looking for vendors capable of providing products equivalent to the EASYPRO Water Sampling Station Model # 042837C3L1P3160CCCCA0A2A. The purpose of this Request for Information (RFI) is to gather market research to identify potential suppliers. Respondents must include their product's place of manufacture to comply with the Buy American Act, as submissions lacking this information will be disregarded. It's important to note that this RFI is for information gathering only and does not signify an official solicitation or a binding contract. The contracting office is located in Coralville, IA, and responses are due by April 11, 2025, at 4 PM Central Time. All interested vendors are encouraged to submit their capabilities, although they bear the responsibility for any costs associated with their responses.
    The VISN 23 is issuing a Request for Information (RFI) to identify vendors capable of supplying water monitoring stations comparable to the EASYPRO Water Sampling Station Model #042837C3L1P3160CCCCA0A2A. Key specifications include a 7" touchscreen controller, various measurement capabilities (e.g., CL02, pH, and conductivity), temperature range from 5-65 °C, and compliance with the Buy American Act, which demands details on the manufacturing location. The document outlines technical specifications, such as operating voltage and water inlet pressure, making clear the expectation for potential suppliers to provide detailed company information, including product offerings and business size. It emphasizes that this RFI serves solely for gathering market insights and does not constitute a formal solicitation or guarantee contract formation. All responses must include manufacturing details, as lack of this information will result in disqualification. Ultimately, the aim is to engage potential suppliers in providing necessary goods for water monitoring while adhering to federal regulations and standards.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Water Quality Testing Service
    Veterans Affairs, Department Of
    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.
    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.
    5998--BAS-METASYS CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a BAS-Metasys Controller intended for central monitoring at the VA Medical Center in Montgomery, Alabama. This procurement aims to establish central monitoring for airflow validation in Supply Chain Management Operations, particularly within Sterile Processing Service areas, to comply with VHA Directive 1761 and other relevant mandates. The selected vendor will be responsible for supplying six control panel assemblies that integrate with the existing Building Automation System for real-time monitoring of room pressure, without the inclusion of labor or installation services. Interested offerors must submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov by 12 PM Eastern Time on December 24, 2025, to be considered for award, with the solicitation expected to be posted on or before December 10, 2025.
    6685--Bath VAMC-Temperature/Humidity Monitoring equipment (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Rotronic Temperature and Humidity Monitoring equipment for the Bath VA Medical Center in Bath, NY. The procurement includes specific models such as the Rotronic RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY devices, which are essential for maintaining consistent environmental monitoring across multiple VA locations. This initiative is part of a market research effort to identify potential vendors for a future Small Business set-aside solicitation, with interested parties required to submit their company information and capabilities to Contract Specialist Lorraine Hussain by December 18, 2025. This presolicitation notice does not guarantee a contract award and is intended for informational purposes only.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    6515-- Philips IntelliVue Microstream Extension Monitors
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified sources for the procurement of Philips IntelliVue Microstream Extension monitors, specifically model no. 867041, through a Sources Sought Notice. This opportunity aims to identify manufacturers or authorized distributors capable of providing this brand-name-only equipment, which is essential for monitoring End-tidal CO₂, Respiratory Rate, and Apnea detection in various clinical settings. Interested parties must submit their company information, including Unique Entity ID and business size classification, by December 18, 2025, at 17:00 Mountain Time, to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov, with "36C26326Q0190" in the subject line. This notice is for market research purposes only and does not constitute a commitment to procure.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    6685--Temperature/Humidity Monitoring equipment for Bath (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Rotronic Instrument Corp. for the provision of temperature and humidity monitoring equipment at the Bath VA Medical Center (VAMC). This procurement aims to equip the Bath, Canandaigua, and Rochester VA facilities with a unified Rotronic monitoring system, which includes specific parts such as the RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY units. The contract, justified under FAR 6.302-1 due to the exclusive availability of Rotronic's products and services, is set to run from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by December 18, 2025, at 10:00 AM EDT, as this notice is not a request for competitive quotes.
    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.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.