The Department of Veterans Affairs (VA), Network Contracting Office 6, has issued an amendment to cancel solicitation 36C24626Q0169 for Water Well Network Services at the Asheville VAMC. The amendment, identified as Standard Form 30, indicates that no award will be made under this solicitation, and it is officially cancelled. The VA plans to re-solicit this requirement at a later date. This action, dated January 6, 2026, was processed by Contracting Officer Harold McQuillia.
The Department of Veterans Affairs (VA) is issuing a presolicitation notice (36C24626Q0169) for WATER WELL PLANT SERVICES at the Charles George VA Medical Center in Asheville, NC. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement, with a NAICS Code of 221310 (Water Supply and Irrigation Systems) and a size standard of $41.0 million. Interested contractors must be registered in SAM.gov and certified as an SDVOSB in SBA.gov prior to submitting a quote. The tentative solicitation issuance date is around October 30, 2025, with responses due by November 18, 2025, at 12 PM Eastern Time. All correspondence should be sent to Harold McQuillia at harold.mcquillia@va.gov.
The Department of Veterans Affairs (VA) is soliciting offers for Water Well Plant Services at the Charles George VAMC in Asheville, NC. This Request for Proposal (RFP) is for operations and maintenance services for an emergency water well network, including SOP development assistance. The contract includes a base period from December 1, 2025, to November 30, 2026, with four one-year option periods. The solicitation is set aside for 100% Small Business under NAICS code 221310 (Water Supply and Irrigation Systems) with a size standard of $41 Million. Offers are due by November 26, 2025, at 12:00 PM EST and will be evaluated based on the lowest price technically acceptable offer, considering technical capability, past performance, and price. Key requirements include state-licensed water plant operators, a detailed contingency plan, and electronic invoice submission through VA's system.
The document appears to be a highly formatted government file, likely an RFP or grant application, due to its structured and enumerated content. It outlines various tasks and requirements, categorized by numerical codes, which typically represent different sections or deliverables within a government solicitation. The content seems to cover diverse operational areas, including data handling (terms like "data" and "information" are frequent), technical specifications, and procedural guidelines, as indicated by repeated references to specific processes and standards. The presence of numerous alphanumeric codes and heavily formatted text suggests a detailed framework for project execution, compliance, and reporting. While specific project details are not explicitly clear due to the abstract nature of the content, the overall structure points to a comprehensive government document outlining requirements for a project or service.
This Standard Operating Procedure (SOP) outlines mandatory processes for inventorying tools and equipment at the WNC VA Health Care System in Asheville, NC. It ensures compliance with relevant VA/VHA Directives, local policies, and healthcare accreditation mandates. The SOP details procedures, assigns responsibilities to specific positions within Facility Management Service (FMS), and includes sections for definitions, references, and review frequency. It also specifies a recertification date five years from the effective date, with national policy superseding in case of contradiction. The document emphasizes adherence to established guidelines for managing equipment, crucial for operational efficiency and regulatory compliance within a federal healthcare setting.
The Asheville Wells project, dated November 14, 2024, details specifications for seven pumps, identified as Pump 1, 2, 3, 6, 8, 9, and 12. Each pump's entry includes its labeled well depth, wire size, FLA amps, conduit type (EMT/PVC), wire material (Copper), voltage (210V), and breaker size. The depths vary between 480 and 740 feet, while wire sizes range from 4 to 8 gauge. FLA amp ratings are between 13.72 and 18.2, and breaker sizes are either 30 or 50 amps. This file likely serves as a technical specification or inventory for an RFP or grant application related to infrastructure projects involving water wells.
The file contains three technical data sheets for different products: the B280 2-way Characterized Control Valve, the AFRB24 On/Off Spring Return Actuator, and the TRUE ECHO CR-L Radar Liquid Level Sensor. The B280 valve is designed for hydronic systems and can be used with chilled or hot water up to 60% glycol, featuring a nickel-plated brass body and stainless steel ball and stem. The AFRB24 actuator, intended for use with valves, is a 24V on/off spring return model with a 90° angle of rotation and various safety certifications. The TRUE ECHO CR-L radar sensor provides accurate liquid level measurements using 76-81 GHz FMCW radar technology, offering Bluetooth connectivity, 4-20mA and RS-485 outputs, and is suitable for diverse industrial environments, including water tank and flowing water level management.