H246--Water Monitoring Stations - CIVAHCS
ID: 36C26325Q0857Type: Combined Synopsis/Solicitation
AwardedJul 18, 2025
$144.2K$144,244
AwardeeAVIATE ENTERPRISES, INC. MCCLELLAN 95652
Award #:36C26325P0980
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, through the Network Contract Office 23, is seeking proposals for the procurement of six water monitoring stations for the Central Iowa Health Care System (CIVAHCS). This solicitation is unrestricted and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure compliance with VHA Directive 1061, which emphasizes the importance of monitoring water quality in facilities that treat patients. The contract, valued at approximately $41 million, requires delivery within 30 days after receipt of order and mandates adherence to the Buy American Act, ensuring that only new and original equipment manufacturer (OEM) products are supplied. Interested contractors must submit their proposals by July 11, 2025, 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 Combined Synopsis/Solicitation Notice outlines the requirement for Water Monitoring Stations for the Department of Veterans Affairs' Civilian Health and Medical Program (CIVAHCS) under solicitation number 36C26325Q0857. The procurement is categorized as unrestricted and will employ a Lowest Price Technically Acceptable (LPTA) evaluation method, in compliance with FAR 13.1 procedures. Responses are due by June 27, 2025, at 4:00 PM Central Time, with delivery expected 30 days after award. Proposal submissions must include a signed SF 1449, a completed price schedule, signed amendments, descriptive literature for specified brands, a letter of authorization from the original equipment manufacturer, and a Buy American Certificate. This solicitation emphasizes the need for compliance with VA regulations to ensure that the awarded contract aligns with federal procurement standards and supports the ongoing operational needs of the CIVAHCS. The document serves as an official notice for contractors interested in bidding for this project.
    The document outlines a solicitation by the Department of Veterans Affairs (VA) Network 23 Contracting Office for the procurement of six water monitoring stations for the Central Iowa Health Care System. The request is unrestricted, aiming to monitor water quality for facilities treating patients, in accordance with VHA Directive 1061. The specifications detail the required functionalities, including measurement of various water quality parameters like pH, conductivity, and temperature. The solicitation includes critical elements such as delivery timelines (30 days after receipt of order) and specific provisions for submission of offers via email, with all questions directed to the contracting officer. The estimated total value of the contract is $41 million, with provisions for compliance with the Buy American Act embedded in contractual terms. The contractor is expected to ensure only new and OEM equipment is supplied, eliminating gray market or counterfeit items. Moreover, the document integrates several clauses from the Federal Acquisition Regulation (FAR) regarding payment procedures, inspection rights, and compliance with federal laws. Overall, this solicitation aims to enhance the VA’s capabilities in environmental health monitoring while maintaining adherence to regulatory frameworks.
    This document serves as an amendment to a solicitation from the Department of Veterans Affairs, specifically related to contract number 36C26325Q0857. The primary purpose of the amendment is to extend the deadline for offer submissions to July 11, 2025, at 4:00 PM CDT. All other conditions and terms of the initial solicitation remain unchanged. The document includes standardized contractual language outlining the requirements for acknowledging receipt of the amendment and the implications of failing to do so prior to the stated deadline. The amendment must be signed by authorized personnel, ensuring compliance with administrative procedures. This action underscores the collaborative nature of government contracting and the importance of timely communication in securing bids for federal projects, particularly those focusing on veterans' affairs.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    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.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as PN: 636A6-22-104, involves the replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence to strict safety protocols due to the facility's continuous operation. The estimated contract value ranges between $1,000,000 and $2,000,000, with bids due by December 31, 2025, at 10:00 AM CT, and a formal site visit scheduled for December 8, 2025. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details.
    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.
    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.
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    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.
    Z2NB--674-23-255 NRM Improve RO-DI Recirculation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the project titled "Improve RO-DI Recirculation" at the Olin E. Teague Veterans Medical Center in Temple, Texas. This procurement involves the demolition and replacement of existing Reverse Osmosis-Deionization (RO-DI) plumbing fixtures, lines, and tanks across three floors of building 163, requiring the contractor to provide supervision, labor, materials, equipment, and testing services, along with necessary reconfigurations of electrical, mechanical, and plumbing systems. The new RO system must produce a minimum of 4 gallons per minute, and due to the facility's 24/7 operations, some work will need to be conducted after hours and on weekends. The project is estimated to cost between $1,000,000 and $2,000,000 and is 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), with a requirement for offerors to be verified and visible on SBA.GOV prior to proposal submission. Interested parties should contact Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201 for further information, with an RFP expected to be posted around January 15, 2026.