Lab Water Purification
ID: 75N99026R00003Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0002 to solicitation 75N99026R00003-0002 provides government responses to 33 Requests for Information (RFIs) concerning a lease for water purification equipment. Key clarifications include confirming the use of FloodStop FS1/2NPT leak detectors with battery backup, defining water purity standards as CAP Type 1, and clarifying that the contractor will install and be responsible for their own leased equipment, including determining OEM parts and components. The amendment also addresses questions about carbon and DI tank specifications, water quality testing, emergency repairs, system relocation, and contractor badging requirements, stating that fully badged employees will have unescorted access. The period of performance for the base year and all option years is January 1 through December 31.
    RFP No. 75N99026R00003, for Lab Water Purification, involved a request for information (RFI No. 1) regarding a proposal due date extension. A company requested an extension to Friday, September 13, 2024, citing the comprehensive nature of the project and the need for additional time to review requirements and accurately price the project. The National Institutes of Health (NIH) responded with Amendment 001, confirming that the proposal due date was officially extended to 8:00 AM EST on September 10, 2024.
    This amendment (75N99026R00003-0001) modifies a solicitation issued by the National Institutes of Health, specifically the OD - Office of Research Facilities. The key changes are the extension of the Request for Information (RFI) due date to December 9, 2025, at 2:00 PM EST, and the addition of a site visit scheduled for December 5, 2025, at 9:00 AM EST. Vendors interested in attending the site visit must provide their full name, company name, and phone number to the contracting officer, Michele Johnson (michele.johnson@nih.gov), by December 3, 2025, at 1:00 PM EST. The amendment also incorporates Federal Acquisition Regulation (FAR) provision 52.237-1, "Site Visit," which urges offerors to inspect the site to understand conditions affecting contract performance. The period of performance for this contract is from January 1, 2026, to December 31, 2026. All other terms and conditions of the original solicitation remain unchanged.
    This government Request for Proposal (RFP) (Solicitation Number 75N99026R00003) outlines the requirements for providing services, maintenance, parts, and supplies for Point-of-Use (POU) laboratory water purification systems, Reverse Osmosis equipment, and leak detectors with shut-off valves at the National Institute of Environmental Health Sciences (NIEHS). The contract includes a base period from January 1, 2026, to December 31, 2026, with five option periods extending through June 30, 2031. Key requirements include preventive maintenance, emergency repairs, relocation services, and adherence to specific water quality standards (e.g., TOC <35 ppb, Resistivity 18.3 megohm). The contractor must submit a Preventive Maintenance Plan within 60 days of award and provide monthly water quality testing documentation. Invoices are to be submitted electronically through the Department of Treasury's Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Lab Water Purification
    Currently viewing
    Solicitation
    Similar Opportunities
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Sources Sought Notice - Water Purification System for Sterile Processing Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4 (NCO 4), is seeking information from qualified businesses capable of providing a Sterile Processing Service Water Purification System for the Wilkes-Barre VA Medical Center. The system must meet AAMI ST108 Critical Water specifications, produce at least 312 gallons per hour, and deliver 20 gallons per minute to various equipment, featuring a 250-gallon tank, UV light, leak detector, and automated DI/RO bypass. This procurement is crucial for ensuring the availability of purified water for sterile processing services, which are vital for maintaining hygiene and safety standards in medical procedures. Interested vendors should submit their responses, including company details and compliance information, by December 5, 2025, to Olivia McDonald at olivia.mcdonald@va.gov, noting that this is a Request for Information and not a solicitation for a contract award.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    AB Assurance 1 PM plan for the DNA Analyzer 3730XL (UPG)
    Buyer not available
    The National Institutes of Health (NIH), specifically the Eunice Kennedy Shriver National Institute on Child Health and Human Development (NICHD), is seeking to award a sole-source contract for maintenance services for the DNA Analyzer 3730XL (UPG) from Life Technologies Corporation. The procurement involves a one-year maintenance service plan, known as the AB Assurance 1 PM plan, which is critical for ensuring the operational reliability of the DNA analyzer, a vital tool in genetic research and analysis. Interested vendors are invited to submit their quotations by December 14, 2025, at 12:00 PM EST, referencing solicitation number 75N94026Q00006, with evaluations focusing on technical capability and past performance. For further inquiries, vendors may contact Kelly Robinson at kelly.robinson@nih.gov or +1 301 435 2719.
    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.
    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.