F103--NOTICE OF INTENT TO SOLE SOURCE Huntington VAMC Water Management Dashboard The Intelligent Water System Architecture (IWSA) dashboard Jacobs Project Management Co.
ID: 36C24525Q0439Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- WATER QUALITY SUPPORT (F103)
Timeline
    Description

    The Department of Veterans Affairs is seeking a vendor to provide maintenance for the water monitoring system at the Hershel Woody Williams VAMC in Huntington, WV. This procurement aims to ensure compliance with VHA Directive 1061, which focuses on preventing healthcare-associated Legionella disease and maintaining water safety standards. The contract encompasses annual preventative maintenance, repairs, calibration, and software updates for the Intelligent Water System Architecture (IWSA) Dashboard, originally implemented by Jacobs Project Management Co., and includes 24/7 technical support and regular site visits. Interested vendors should contact Contracting Officer William Chris Galletta at William.Galletta@va.gov or 410-637-1506, with the performance period starting immediately upon contract award and extending for one base year with three optional years.

    Point(s) of Contact
    William Chris GallettaContracting Officer
    (410) 637-1506
    William.Galletta@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs seeks to contract a vendor for maintenance of the water monitoring system at the Hershel “Woody” Williams VAMC in Huntington, WV. This initiative aligns with VHA Directive 1061, aimed at preventing healthcare-associated Legionella disease and ensuring water safety. The contract includes annual preventative maintenance, repairs, calibration, and software updates for their Intelligent Water System Architecture (IWSA) Dashboard, originally implemented by Jacobs Project Management Co. Key tasks involve 24/7 technical support, monthly visits for sensor calibration, quarterly meetings, and modifications to enhance monitoring capabilities. The vendor is also responsible for providing materials and labor necessary for the contract's execution. The performance period is for one base year, with options for three additional years, commencing immediately upon contract award and adhering to federal holiday observances. The notice emphasizes that all contractor personnel must comply with security requirements and be familiar with applicable standards for the work. This sole-source notice highlights the VA's commitment to maintaining high safety standards in water management systems within their facilities.
    Similar Opportunities
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    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.
    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.
    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.
    Y1DA--NRM-CONST 630A4-22-413 Upgrade Station Chilled Water for P&ID
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade Station Chilled Water for P&ID" project at the Brooklyn Veterans Affairs Medical Center. The project involves the installation of a new dedicated air-cooled chiller system to support the oncology pharmacy and IV prep room, including necessary structural reinforcements, electrical upgrades, and plumbing work. This procurement is significant as it aims to enhance the facility's HVAC capabilities while ensuring compliance with strict safety and infection control measures. The estimated contract value ranges from $1,000,000 to $5,000,000, with a completion timeline of 365 calendar days from the Notice to Proceed. Interested parties must contact Contract Specialist Samantha Chavanga at Samantha.Chavanga@va.gov for further details and are encouraged to register in SAM.gov and SBA’s Small Business Search, as this is a 100% Service-Disabled Veteran Owned Small Business Set-Aside opportunity.
    Contingency Laundry Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide contingency laundry services for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This procurement involves a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for emergency laundry services, anticipated to be required 1 to 5 days a year, with a frequency of 1 to 2 times a week during emergencies or equipment repairs. The contractor will be responsible for all aspects of the laundry service, including equipment, labor, and supplies, while adhering to health and safety regulations, with a contract duration from February 1, 2026, to January 31, 2031. Interested parties should contact Tracy M. Dotson at tracy.dotson@va.gov, with a minimum contract guarantee of $1,000.00 and a maximum ceiling of $275,000.00.
    Presolicitation - SPS Water Purification System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to solicit bids for a Sterile Processing Services Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This presolicitation notice indicates that the procurement will be conducted under NAICS code 221310, focusing on water supply and irrigation systems, and is crucial for ensuring the quality and safety of sterile processing services within the medical facility. The full solicitation is expected to be posted on www.sam.gov around December 16, 2025, and interested parties are encouraged to monitor the site for updates and to submit any inquiries in writing to Contract Specialist Olivia McDonald at olivia.mcdonald@va.gov. Potential offerors must also be registered in the System for Award Management (SAM) prior to award, and this opportunity is set aside for small businesses under the SBA guidelines.
    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.
    J046--Replacement of SPS R.O. Critical Water Sytem at VA NJ HCS East Orange
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified small businesses to replace the Sterile Processing Service (SPS) Reverse Osmosis Critical Water System at the VA New Jersey Healthcare System in East Orange, New Jersey. The project involves adhering to AAMI ST108 Critical Water Quality Specifications, removing the existing system, installing new water treatment technologies, and conducting comprehensive water quality testing, with a construction magnitude estimated between $100,000 and $250,000. This critical water system is essential for maintaining the quality of water used in medical procedures, ensuring patient safety and compliance with health standards. Proposals must be submitted electronically to Contracting Officer Ms. Mitchelle Labady at Mitchelle.Labady@va.gov by December 30, 2025, with a site visit scheduled for December 22, 2025, and a deadline for questions on December 26, 2025.
    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.