H946--Critical Water Testing and Treatment SVC, MA, 36C255-25-AP-0812, 657-25-2-2977-0003 (VA-25-00034285)
ID: 36C25525Q0138Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF255-NETWORK CONTRACT OFFICE 15 (36C255)LEAVENWORTH, KS, 66048, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H946)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment services at VA medical centers in Marion, IL, and Evansville, IN. The contract aims to ensure compliance with health standards through services such as unscheduled emergency sanitation and water quality testing, with a total estimated value of $19 million, including a minimum guarantee of $175,000 and a maximum ceiling of $1 million. This procurement is particularly significant as it is set aside for small businesses, including those owned by service-disabled veterans, reflecting the government's commitment to supporting veteran-focused enterprises. Interested parties should direct inquiries to Contracting Officer Hubert W. Scipio at hubert.scipio@va.gov, with key deadlines for questions extended to February 24, 2025.

    Point(s) of Contact
    Hubert W ScipioContracting Officer
    hubert.scipio@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs has issued a presolicitation notice for critical water testing and treatment services, referenced as solicitation number 36C25525Q0138. The contract is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will take place at the Marion and Evansville VA Medical Centers located in Marion, Illinois, and Evansville, Indiana. Responses are required by February 18, 2025, at 10:00 AM Central Time. The relevant postal codes for the contracting office are 66048, and the description encompasses essential water quality testing and treatment to ensure compliance and safety in VA medical facilities. The notice includes contact details for the contracting officer, Hubert W. Scipio, through whom inquiries can be made. The presolicitation aims to ensure that qualified vendors can prepare to submit proposals that meet the VA's requirements for these critical services, highlighting the government’s focus on maintaining safe water standards in healthcare settings.
    The document outlines a federal solicitation (36C25525Q0138) issued by the Department of Veterans Affairs for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Critical Water Testing and Treatment at VA medical centers in Marion, IL, and Evansville, IN. The awarded contract is set for an estimated total of $19 million, with a minimum guarantee of $175,000 and maximum ceiling of $1 million over its duration. It establishes guidelines for offers, evaluating criteria such as past performance and technical capability, and includes detailed service requirements like unscheduled emergency sanitation and water quality testing. The contract is specifically set aside for small businesses, including those owned by service-disabled veterans, ensuring compliance with veteran-focused procurement regulations. The document also references clauses from the Federal Acquisition Regulation relating to contract execution, compliance, and electronic invoicing procedures. This solicitation underscores the government's efforts to maintain critical health standards in VA facilities while supporting veteran-owned enterprises.
    The document serves as an amendment to the solicitation numbered 36C25525Q0138, issued by the Department of Veterans Affairs' Network Contracting Office 15. Its primary purpose is to inform potential offerors about a change regarding the deadline for questions related to the solicitation. Specifically, the deadline has been extended until no later than 1:00 p.m. Central Time on February 17, 2025. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged, ensuring that offers are not affected by this extension. The contracting officer, Hubert W. Scipio, officially signs the document, confirming its authenticity. The structure includes sections for administrative information, acknowledgment of changes, and electronic communication guidelines, all of which adhere to established FAR regulations. This amendment reflects the government’s commitment to providing transparency and ample opportunity for potential bidders in the procurement process.
    This document pertains to an amendment for solicitation number 36C25525Q0138 issued by the Department of Veterans Affairs, specifically under the Network Contracting Office (NCO) 15. The amendment serves to clarify guidelines for potential offerors regarding critical water testing, addressing queries about treatment equipment requirements and the necessity of site visits. It confirms that proposals must include both water testing as specified in a referenced table and necessary treatments for out-of-compliance water, but not for steam sterilizers or washers. It details scheduled site visits at two locations: Marion VAMC and Evansville HCC, providing dates and contact information for the points of contact at each facility. Importantly, except for the outlined clarifications, all other terms and conditions of the solicitation remain unchanged. This amendment underscores the VA's commitment to compliance and quality in water safety protocols.
    The document pertains to an amendment notification for solicitation number 36C25525Q0138, issued by the Department of Veterans Affairs' Network Contracting Office 15. The primary purpose of this amendment is to inform potential offerors of several critical updates and procedural changes. Notably, it incorporates Federal Acquisition Regulations (FAR) regarding evaluation criteria for commercial products and services, as well as provisions for site visits. The amendment extends the deadline for submitting questions regarding the solicitation to February 24, 2025, at 0900 hours CT, and outlines that questions raised after this deadline will not be addressed. Additionally, the document includes responses to previously submitted questions, clarifying that the Government values Technical Capability and Past Performance over Pricing when evaluating offers. The amendment serves as a formal communication to ensure that all parties have equal access to the necessary information to prepare their bids effectively, reflecting the Government's commitment to transparency and fairness in the procurement process.
    Similar Opportunities
    J046--Water Treatment Services Carl Vinson VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for water treatment services at the Carl Vinson VA Medical Center, with a focus on ensuring compliance with health and safety standards. The contractor will be responsible for providing all necessary resources, including labor, materials, and equipment for water treatment chemicals, system monitoring, and testing for Legionella and heterotrophic plate counts, with a contract duration starting from March 21, 2025, to March 20, 2026, and four optional extension years. This procurement is critical for maintaining the operational integrity of the medical facility, with a total award amount of $41 million reflecting the project's significance. Interested parties should contact Contract Specialist Michael Barton at Michael.barton@va.gov for further details.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on pharmaceutical waste removal services at the Marion VA Medical Center and Evansville Health Care Center. The contract, valued at an estimated $47 million, is set aside exclusively for service-disabled veteran-owned small businesses and will encompass the collection and disposal of hazardous, non-hazardous, chemical, universal, and DEA drug waste, adhering to all relevant federal, state, and local regulations. This initiative underscores the importance of safe and compliant waste management practices within VA facilities, ensuring public safety and environmental protection. Interested vendors must submit their pricing and demonstrate the necessary qualifications by contacting Contract Specialist Lisa A Buchanan at Lisa.Buchanan1@va.gov, with the contract expected to commence in 2025.
    Legionella and SPS water Testing for Roseburg and Eugene VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Legionella and Safety Potable Systems (SPS) water testing services for the Roseburg VA Healthcare System, with the contract identified under solicitation number 36C26025Q0267. The procurement aims to ensure comprehensive water testing in compliance with Veterans Health Administration directives, requiring the contractor to utilize an accredited laboratory for sample analysis and to provide all necessary labor and materials. This service is critical for maintaining safe water quality standards within the healthcare system, emphasizing the importance of prompt response times and quality monitoring. The contract, valued at up to $17.5 million, is set for a base year from April 1, 2025, to March 31, 2026, with four additional option years, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should contact Brian Millington at brian.millington@va.gov for further details.
    Z1DA--Improve Sewer System and Water Loop 610-21-104
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the improvement of the sewer system and water loop at the VA Northern Indiana Healthcare System Marion Campus in Indiana. This project involves significant civil engineering tasks, including the removal and replacement of storm and sanitary lines, road repairs, and the installation of lift stations, with a contract value estimated between $5 million and $10 million. The initiative is crucial for enhancing the facility's infrastructure to better serve veterans while ensuring compliance with safety and environmental regulations. Interested contractors, particularly those certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their bids by February 28, 2025, with a public bid opening scheduled for March 27, 2025. For further inquiries, potential bidders can contact Contract Specialist Elizabeth A. Finley at Elizabeth.Finley1@va.gov.
    H945--RLRVAMC Legionella Testing
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to conduct Legionella bacteria testing at the Richard L. Roudebush VA Medical Center. The procurement aims to ensure compliance with health standards through microbiological sampling, transportation of samples for laboratory testing, and quarterly reporting of results. This initiative is crucial for maintaining a safe environment for patients and staff by adhering to rigorous water quality regulations. Interested contractors should contact Contract Specialist Courtney R. Seevers at Courtney.Seevers@va.gov for further details, as the contract will favor service-disabled veteran-owned small businesses and emphasizes strict documentation and safety protocols.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.
    J046--Sources Sought Notice - VA Loma Linda Healthcare System - Deionized Water and Reverse Osmosis Systems - 5 Year Contract Opportunity
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors for a five-year contract opportunity to install and maintain deionized water and reverse osmosis systems at the VA Loma Linda Healthcare System. The procurement aims to identify capable Service Disabled Veteran Owned Small Businesses and other small businesses that can provide preventive maintenance, emergency repair services, and manage maintenance logs for existing water systems, ensuring timely replacements and 24/7 emergency services with a maximum four-hour response time. This initiative underscores the importance of maintaining critical water purification systems within healthcare facilities, emphasizing the government's commitment to engaging small businesses, particularly those owned by veterans. Interested vendors must submit their qualifications, including a capability statement, and register with the System for Award Management (SAM) to be considered, with inquiries directed to Contracting Specialist Koby Thiel at koby.thiel@va.gov or (520)-792-1450 Ext 1-6273.
    F108--Pharmaceutical Waste Removal | MA (VA-25-00001921)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for pharmaceutical and hazardous waste removal services for the Marion VA Medical Center and the Evansville Health Care Center. This procurement is structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and includes services such as monthly and bi-monthly waste pick-up, transportation, employee training, and 24/7 emergency spill response. The initiative is crucial for ensuring compliance with federal, state, and local regulations regarding hazardous waste management, thereby enhancing environmental safety in health facilities. Interested contractors should contact Lisa A. Buchanan at lisa.buchanan1@va.gov or 913-946-1990 for further details, with the ordering period set from April 1, 2025, to March 31, 2027.
    H946--Boiler Water Treatment Svcs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler Water Treatment Services to support the Central Texas Veterans Health Care System (CTVHCS) at the Temple and Waco VA Medical Centers in Texas. The contract, anticipated to be awarded as a firm-fixed price, aims to ensure efficient boiler operation through comprehensive chemical water treatment, regular water testing, and technical advisory services, while also emphasizing compliance with environmental standards. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their proposals by February 25, 2025, and direct any questions to Contracting Specialist Marcellus Jackson at marcellus.jackson@va.gov by February 10, 2025. The total contract value is estimated at $41 million, covering a base period of one year with four optional one-year extensions.
    Legionella testing for Roseburg VAHCS
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Legionella water testing services at the Roseburg Veteran Affairs Medical Center (VAMC) in Oregon. This procurement is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price contract, emphasizing the importance of ensuring safe water quality for veterans. The solicitation is scheduled to be posted on February 22, 2025, with responses due by February 23, 2025, at 5:30 PM Pacific Time. Interested vendors should submit their capabilities in writing to the Contracting Officer, Brian Millington, at brian.millington@va.gov.