Water for Injection/Pure Steam Generation and Distribution Systems Maintenance
ID: HT942525Q0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 12:00 PM UTC
Description

The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals from small businesses for the maintenance of Water for Injection (WFI) and Pure Steam Generation systems at the Walter Reed Army Institute of Research in Silver Spring, Maryland. The contract encompasses a range of maintenance services, including quarterly, semiannual, and annual tasks, as well as emergency response capabilities, all aimed at ensuring compliance with Current Good Manufacturing Practices (CGMP). This maintenance is critical for supporting the facility's mission of enhancing Soldier health through biological product research. Interested vendors must submit their proposals by April 15, 2025, and can direct inquiries to Ashley Atkins at ashley.n.atkins.civ@health.mil or by phone at 301-619-2297.

Point(s) of Contact
Files
Title
Posted
The Performance Work Statement (PWS) outlines requirements for a non-personal services contract focused on the maintenance of Water for Injection (WFI) and Pure Steam Generation systems at the Walter Reed Army Institute of Research (WRAIR) Pilot Bioproduction Facility (PBF). The contract aims to support WRAIR's mission of enhancing Soldier health through effective biological product research, requiring the contractor to ensure operational efficiency and compliance with Current Good Manufacturing Practices (CGMP). The contractor must provide necessary personnel and equipment for quarterly, semiannual, and annual maintenance, emergency services, and comprehensive documentation of all activities. The performance spans five years, with identified options for renewal. Regular maintenance tasks include calibration, inspections, and repairs to maintain system functionality, responding to emergencies within 24 hours. Quality Control measures are enforced through a Quality Assurance Surveillance Plan (QASP) to maintain high standards and ensure complete compliance with technical specifications. Moreover, the contractor is responsible for employing trained technicians who comply with safety and regulatory standards while liaising with the COR for performance evaluations. The agreement emphasizes the significance of both routine operations and emergency responsiveness to safeguard the biological research capacities of the PBF, fundamental for both military and civilian health advancements.
The Quality Assurance Surveillance Plan (QASP) outlines the framework for monitoring the performance of a contract related to the maintenance of Water for Injection/Pure Steam generation systems at the Walter Reed Army Institute of Research. It specifies the objectives for preventative maintenance, calibration, and emergency services essential for complying with Current Good Manufacturing Practices (CGMP). The QASP details government roles, including responsibilities of the Contracting Officer, Contract Specialist, and Contracting Officer’s Representative, and emphasizes an objective evaluation of contractor performance through various metrics. Performance requirements, outlined in the Performance Requirements Summary (PRS) matrix, include standards for resource planning, documentation practices, CGMP compliance, and effective customer support, with expected thresholds such as 95% staffing and over 99% compliance in various areas. The QASP serves as a living document, adjustable through coordination with the contractor, and includes methods for executing performance reports and addressing discrepancies via Contract Discrepancy Reports (CDRs). Overall, this plan ensures that the contractual obligations are met with a focus on quality, compliance, and responsiveness in operations.
Apr 1, 2025, 9:04 PM UTC
The document details a Request for Quotation (RFQ) issued by the U.S. Army Medical Research Acquisition Activity, specifically targeting small businesses for maintenance services. The main purpose is to solicit offers for a variety of maintenance tasks, including quarterly, semiannual, and annual services over multiple contract years at Walter Reed Medical Center. The RFQ includes requirements for on-site maintenance in confined spaces, emergency response capabilities, and the use of factory-trained technicians. Additionally, vendors must comply with Executive Order 14173 and federal anti-discrimination laws. Proposals are set to be evaluated based on technical capability and pricing using a Lowest Price, Technically Acceptable (LPTA) methodology. Offerors are expected to submit comprehensive documentation outlining their approach, service capabilities, and certifications by the deadline of April 15, 2025. The document reinforces the importance of precise technical proposals and compliance with regulatory requirements, emphasizing the government’s expectations for high-quality service delivery while promoting opportunities for small businesses in federal contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Service Agreement for Reverse Osmosis Units
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential contractors for a service agreement related to reverse osmosis units at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure technical safety checks, maintenance, and troubleshooting services for AquaC UNO H™ Dialysis Water Treatment Systems, ensuring compliance with AAMI/ANSI and FDA standards. This opportunity is crucial for maintaining the operational integrity of medical equipment used in patient care. Interested parties must submit their capabilities statements and express their interest by 9:00 AM EST on Friday, January 18, 2025, to the primary contact, Ms. Pamela Renteria, at pamela.i.renteria.civ@health.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
Treatment/Chemical Injection System for Cooling Tower - Water Treatment and Maintenance
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals for a Treatment/Chemical Injection System for Cooling Tower Water Treatment and Maintenance at Picatinny Arsenal, New Jersey. The procurement involves providing monthly water analysis, employee training, and maintenance services for the cooling tower system, with a contract duration of twelve months and the potential for four one-year extensions. This initiative is crucial for ensuring the operational efficiency and safety of critical infrastructure, emphasizing compliance with federal regulations and security protocols. Interested small businesses must submit their quotes by April 25, 2025, at 10:00 AM EST, and can direct inquiries to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil.
Moving Bed Biological Reactor System Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for preventative maintenance and repair services for the Moving Bed Biological Reactor (MBBR) system at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The contract will cover a base year and two option years, focusing on regular maintenance checks, software updates, and emergency repairs to ensure the effective operation of the MBBR system. This procurement is crucial for maintaining the operational efficiency of the Industrial Wastewater Treatment Plant, reflecting the government's commitment to high-quality service delivery in managing vital infrastructure. Interested small businesses must submit their proposals by May 1, 2025, and can direct inquiries to Michelle L. Fike at michelle.l.fike.civ@army.mil or by phone at 717-267-5325.
Administrative Support Services, WRAIR
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified contractors to provide Administrative Support Services for the Walter Reed Army Institute of Research (WRAIR). The procurement aims to gather capabilities from businesses to deliver comprehensive administrative support for senior personnel, including general administrative services, training support, and operational assistance, particularly for the Operations and Security Directorate and the Office of Global Operations. This contract, designated as an 8(a) set-aside, emphasizes the need for contractors to possess advanced skills in Microsoft Office and comply with security clearance requirements, reflecting the high standards of professionalism required in a military context. Interested parties must submit their responses to the Request for Information (RFI) by April 21, 2025, with the contract expected to commence in July 2025 and extend through four option periods, ensuring ongoing administrative support. For further inquiries, contact Nathaniel Reus at Nathaniel.a.reus.civ@health.mil or call 301-619-9209.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, with a focus on Soldier Medical Devices (SMD). This initiative is critical for ensuring operational support and healthcare delivery to military personnel, emphasizing compliance with federal regulations and quality standards. Interested small businesses must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
H946--Sterile Processing Service (SPS) Testing Water/Steam for Battle Creek and Wyoming
Buyer not available
The Department of Veterans Affairs is seeking proposals for water and steam testing services at the Battle Creek VA Medical Center, specifically for its Sterile Processing Services (SPS). The objective of this procurement is to ensure compliance with AAMI ST108 standards for water quality, which is critical for the safe reprocessing of medical devices and the overall health of patients. Contractors will be responsible for all labor, materials, and equipment necessary for sample collection and analysis, adhering to strict contamination prevention protocols, and delivering results within five business days. Interested parties should contact Contract Specialist Courtney R. Seevers at Courtney.Seevers@va.gov for further details regarding the proposal submission process and requirements.
Sterile Processing Service Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
J046--Domestic Water Preventative Maintenance
Buyer not available
The Department of Veterans Affairs (VA) is preparing to solicit proposals for a Domestic Water Maintenance Service Agreement at the Hampton VA Medical Center in Virginia. Contractors will be required to provide all necessary labor, materials, equipment, and services to ensure the effective maintenance of domestic water systems, structured as a Base period plus four option years. This procurement is critical for maintaining essential water supply and irrigation systems at VA facilities, classified under NAICS Code 221310, with an unrestricted acquisition size standard of $41 million. Proposals are expected to be solicited around April 11, 2025, and interested contractors must submit their proposals via email to Ruth Morris at ruth.morris@va.gov, as telephone inquiries will not be accepted.