N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
ID: 36C25625Q0479Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

INSTALLATION OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (N046)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide a Reverse Osmosis (RO) and Deionized (DI) water system for the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement involves the installation, maintenance, and comprehensive water quality testing of the system, which is critical for ensuring the safety and efficacy of medical device processing in healthcare settings. This initiative underscores the importance of adhering to established water quality standards, specifically the ANSI/AAMI ST108:2023, to enhance operational efficiency and patient care. Interested parties, particularly service-disabled veteran-owned small businesses, must submit their proposals by May 8, 2025, at 14:00 CDT, and can contact Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov for further information.

    Point(s) of Contact
    Felicia LoveladyContracting Officer
    Felicia.Lovelady@va.gov
    Files
    Title
    Posted
    The document outlines the proposed equipment layout for the Sterile Processing Department at the Houston VA Medical Center. It details a comprehensive equipment list, including various sterilization and washing systems such as Amsco sterilizers, ultrasonic irrigators, and drying cabinets, required for effective sterile processing. The layout specifies structural modifications necessary to accommodate the equipment, emphasizing needed clearances, electrical connections, and plumbing requirements. Additionally, it includes installation guidelines to ensure compliance with safety and operational standards. The revision history indicates updates made to align equipment tags with architectural plans. This initiative aligns with government RFP objectives, focusing on enhancing medical facility infrastructure, ultimately facilitating improved healthcare service delivery while adhering to operational protocols.
    The presolicitation notice outlines a procurement by the Department of Veterans Affairs for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with associated annual maintenance and testing. This contract, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), will cover a base year and four optional years, with an anticipated solicitation release around February 21, 2025, and proposal submissions due by March 14, 2025. The contract will be executed at the Michael E. DeBakey VA Medical Center in Houston, Texas. Interested contractors must comply with specific requirements, including being verified as an SDVOSB and adhering to the applicable NAICS Code (221310) with a size standard of $19 million. All interested parties are advised to carefully review the Request for Quote (RFQ) and its attachments, which will be accessible via the SAM.gov website. The notice emphasizes the importance of acknowledging any amendments and complying with the outlined procedures, reflecting the VA's initiative to enhance service opportunities for veteran-owned businesses.
    The document outlines a government Request for Proposal (RFP) for leasing and maintaining a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The RFP is set aside for service-disabled veteran-owned small businesses (SDVOSB) and emphasizes compliance with the ANSI/AAMI ST108:2023 standards for water quality in medical device processing. The anticipated contract includes a base year and four additional option years, with a project commencement date set for May 1, 2025. Central tasks for the contractor include providing equipment installation, ongoing maintenance, comprehensive water quality testing, and adherence to safety and infection control protocols. Performance metrics, such as water quality testing accuracy and response times for service calls, are also specified. The document delineates the contract administration details, obligation of electronic invoice submissions, and certifications required for bids. This RFP exemplifies the government's commitment to securing quality services through established regulations while promoting participation from small businesses, specifically those owned by veterans. The level of detail indicates a structured approach to ensuring compliance with medical and safety standards in healthcare operations.
    The document pertains to an amendment for a federal solicitation issued by the Department of Veterans Affairs, specifically the Network Contracting Office 16 in Alexandria, Louisiana. Amendment 0004 includes vital updates such as the posting of additional questions and answers, an amended schedule, and an extension of the solicitation closing date, now set for May 8, 2025, at 14:00 CDT. The amendment states that no further questions will be accepted and no additional extensions will be provided beyond this date. It also emphasizes that all other terms and conditions in the original solicitation remain unchanged. This document is a standard governmental modification notice aimed at ensuring transparency and compliance in the bidding process while allowing contractors to adjust their proposals based on the new schedule and information provided. It reflects the government’s ongoing communication with potential bidders to facilitate engagement in federal contract opportunities.
    The document outlines a Request for Proposal (RFP) related to the installation and maintenance of a water processing system for Endoscopy Reprocessing at a healthcare facility. The primary task involves the general contractor and subcontractors supplying labor, materials, and equipment to install an Evoqua M41RGP RO system or an equivalent that delivers 65 gallons per minute, covering specific requirements regarding piping, filtration, and water testing, within a confined area of approximately 150 square feet. The RFP details a series of items, including initial installation (Item 0001) with a contract period starting from April 1, 2025, to May 1, 2025, followed by twelve-month maintenance agreements and testing requirements for functionality and water hardness extending across four optional contract periods from May 2025 to April 2030. Each subsequent item is structured to ensure ongoing maintenance, with timelines aligning for each year. The overarching aim of the document is to ensure successful installation and continuous functionality of vital water systems, showcasing the need for adherence to quality and operational standards in a healthcare setting. This RFP represents a fundamental step in securing reliable services essential for medical procedures involving water processing.
    The document outlines an amendment (0001) to a solicitation (36C25625Q0479) issued by the Department of Veterans Affairs for the Alexandria VA Health Care System, managed by Network Contracting Office 16. This amendment extends the deadline for receipt of offers to April 28, 2025, at 2:00 PM CDT, to accommodate a second site visit scheduled for April 22, 2025, at 10:00 AM. The purpose of the amendment includes posting questions and answers (Q&A) along with supporting documents related to the solicitation. The documents attached to this amendment include RFIs and drawings relevant to the project. Notably, all other terms and conditions of the original solicitation remain unchanged. The amendment signifies an effort to ensure that potential bidders have ample opportunity to gather necessary information and participate effectively in the bidding process.
    The document is an amendment to a solicitation associated with the Department of Veterans Affairs, specifically modifying the previously issued Request for Proposals (RFP). The primary purpose of this amendment, labeled 0002, is to extend the closing date for the submission of offers from the originally specified date to May 2, 2025, at 14:00 CDT. The document outlines the procedures for acknowledging the receipt of this amendment, emphasizing that failure to comply may result in the rejection of proposals. It reiterates that, apart from the adjusted submission deadline, all previous terms and conditions remain unchanged. The amendment is administratively processed by the Alexandria VA Health Care System's Network Contracting Office and aims to accommodate additional responses to Requests for Information (RFIs), which will be detailed in a subsequent amendment. This document plays a crucial role in ensuring clarity and compliance within the solicitation process, reflecting the federal framework’s emphasis on transparency and accessibility in government contracting operations.
    The document outlines Amendment 0003 for Solicitation Number 36C25625Q0479 issued by the Network Contracting Office 16 for the Alexandria VA Health Care System. The primary purpose of this amendment is to extend the deadline for receipt of offers to May 6, 2025, at 14:00 CDT and to provide responses to questions submitted by bidders. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged, ensuring clarity for potential contractors regarding the submission process and modifications. Offers must acknowledge receipt of this amendment to be considered valid, either through direct acknowledgment or by submission methods specified in the amendment. This procedural update is significant for contractors considering submitting bids, providing them with additional time and guidance in navigating the solicitation’s requirements.
    The document outlines the detailed layout and specifications for various supply processing and distribution facilities, as part of a federal initiative. It enumerates multiple spaces including warehouses, logistics areas, and various operational rooms, each detailed with their respective square footage and functional designations. This extensive list includes areas dedicated to document storage, equipment washing, secure storage, and more, reflecting a comprehensive strategy for managing logistics and facility management in a government context. The document serves as a vital resource for potential contractors or grant applicants, providing insight into specific spatial requirements and operational needs that may inform responses to federal RFPs or grants. The structured approach emphasizes the importance of space allocation and functional design in enhancing operational efficiency within federal facilities. Overall, it supports the goal of optimizing resource management and service delivery in government operations.
    The document outlines the specifications for a water distribution system installation involving both gray SCH80 PVC and fusion-welded polypropylene piping. It specifies the locations and conditions under which each type of pipe must be used, particularly in the mechanical bay and towards various equipment connections. A continuous loop is required for the water distribution system, servicing all points of use, including sinks and ultrasonic washers. It highlights water demand specifications that will determine pipe sizes, and emphasizes a return loop for certain components to maintain continuous flow. Additionally, it includes requirements for pressure testing of the new piping and details about concrete pads necessary for equipment installation, including specific compressive strength standards. The use of a ground pump is allowed for concrete delivery, but a pump truck is not permitted. This document serves as a guideline for contractors involved in the project to ensure compliance with the outlined specifications and requirements.
    The contractor for the specified project is not required to perform monthly critical water testing at each test port location of the new system. Instead, they are mandated to conduct an initial startup and water testing per the Statement of Work (SOW) followed by monthly evaluations focusing on equipment functionality and water hardness. The critical water testing will be handled by a designated third-party organization. Further details regarding the different types of water testing associated with various line items are available in an attached revised schedule. This document outlines the expectations for compliance with water testing protocols in the context of the government's regulatory framework, specifically addressing the responsibilities of the contractor and the involvement of external testing agencies.
    This document pertains to Solicitation No. 36C25625Q0479, which addresses requests for information related to the Reverse Osmosis (RO) and Deionized (DI) Water System at the VA Medical Center (MEDVAMC). Key details include the affirmation that facility plans and drawings of the project area are available, alongside necessary engineering specifications like housekeeping pads for equipment. The VA will supply both city water make-up and electrical connections needed for the system installation. Additional inquiries about the interstitial space and subfloor drawings are also confirmed to be accessible. Furthermore, the document allows for an extra site visit for further clarification on project aspects that weren't fully articulated in the original solicitation. Overall, this file outlines essential requirements and resources available to support the proposed water system installation project at the VA facility.
    The U.S. Department of Labor's Wage Determination No. 2015-5233 outlines wage rates and fringe benefits for contractors under the Service Contract Act in select Texas counties. Effective from January 30, 2022, contracts must comply with Executive Order 14026, mandating a minimum wage of at least $17.75 per hour for covered workers in 2025. For contracts awarded between January 1, 2015, and January 29, 2022, the applicable minimum wage is set at $13.30 per hour. The document details various occupations, corresponding pay rates, and additional fringe benefits, including health and welfare benefits and vacation entitlements. Occupations range widely, from administrative roles to technical and health positions, with each designated a specific wage rate. The provisions outlined also include mandates for paid sick leave under Executive Order 13706. This wage determination is crucial for contractors bidding for federal contracts, ensuring proper compensation and compliance with federal regulations, thus protecting workers' rights and welfare in public sector jobs. The document serves as a reference for compliance in federal RFPs, grants, and varying levels of government contracts.
    The document outlines the wage determination for building construction projects in Harris County, Texas, under the Davis-Bacon Act. It provides specific minimum wage rates necessary for contractors based on the type of contract and applicable executive orders regarding federal wages. Contracts entered on or after January 30, 2022, require workers to be paid at least $17.75 per hour as stipulated by Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 under Executive Order 13658. The file lists various classifications of labor, their corresponding wage rates, and fringe benefits. It emphasizes compliance with labor standards and the appeals process for any wage determination disputes. The content aids contractors in understanding their obligations under federal laws, ensuring fair compensation and adherence to labor regulations in government-funded construction projects. This document is essential for those involved in federal contracts and grants as it directly affects labor costs and compliance requirements.
    Similar Opportunities
    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.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    4610--Research: Water Purification System
    Buyer not available
    The Department of Veterans Affairs is conducting a Sources Sought Notice (36C24125Q0868) to identify potential vendors capable of supplying and installing a replacement water purification system for the existing Milli-Q Direct 8 at the VA Boston Healthcare System Central Biorepository. The new system must seamlessly integrate with the current infrastructure, including plumbing, electrical systems, and bench layout, while meeting or exceeding the performance specifications of the existing system by producing both Type I and Type III laboratory-grade water. This procurement is critical for maintaining the operational efficiency of the laboratory, ensuring high-quality water for sensitive research applications. Interested firms must be registered in SAM and submit their company details, capability documentation, socio-economic status, and detailed product specifications by December 8, 2025, to Emily Hatcher at emily.hatcher@va.gov.
    Q999--580-26-1-314-0001 Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16 (NCO 16), is seeking qualified firms to provide Sterile Processing Services at the Michael E. DeBakey VA Medical Center in Houston, TX. The procurement aims to identify capable Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) to fulfill a Firm-Fixed Price (FFP) contract for Project Management and Medical Supply Technician services, supporting approximately 12,000 minimally invasive surgical procedures and the reprocessing of related instrumentation. This initiative is crucial for maintaining high standards of care and operational efficiency within the VA's surgical departments. Interested parties must submit their responses, including a statement of interest and capability statement, to Contracting Officer Felicia Lovelady at felicia.lovelady@va.gov by December 10, 2025, at 14:00 Central Time. This notice serves solely for market research purposes and does not constitute a solicitation for bids.
    J065-- Base 4 Critical Reverse Osmosis Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance services for the Critical Reverse Osmosis Equipment at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The procurement involves a firm fixed-price contract for comprehensive maintenance of both the Critical Water Reverse Osmosis System and the Blended Utility Reverse Osmosis System, ensuring compliance with AAMI ST108 standards and maintaining total dissolved solids/conductivity below specified levels. This maintenance is crucial for supporting sterilization services and ensuring the proper functioning of medical equipment. Interested parties should contact Contract Specialist Makena James at Makena.James@va.gov for further details, with the contract including a base period and four option years, and adherence to federal regulations and records management policies is mandatory.
    Water Quality Testing Service
    Buyer not available
    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.
    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--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.
    Real Time Location Environmental Monitoring System
    Buyer not available
    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.
    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.