H146--Hemodialysis Water Testing
Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (H146)

Set Aside

Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs) (VSA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for hemodialysis water testing services at the VA Long Beach Healthcare System in California. The procurement involves comprehensive testing for bacteria/colony count and LAL/endotoxin, with the contractor responsible for providing all necessary supplies and adhering to AAMI standards for testing frequency and reporting. This service is critical for ensuring the safety and quality of water used in hemodialysis operations, which is vital for patient care. Interested vendors must submit their proposals by April 24, 2025, at 3:00 PM Pacific Time, and can direct inquiries to Contract Specialist Kal Carabon at Kahlfanie.Carabon@va.gov or by phone at 562-721-9577.

    Point(s) of Contact
    Carabon, KalContract Specialist
    (562) 721-9577
    Kahlfanie.Carabon@va.gov
    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for hemodialysis water testing services at the VA Long Beach Healthcare System (VALBHCS). The contract encompasses testing for Bacteria/Colony Count and LAL/Endotoxin, with the contractor providing all necessary supplies and equipment. The initial performance period is one year, with options for four additional one-year extensions, totaling five years. Key tasks include weekly/monthly testing adhering to AAMI standards, detailed documentation of results, and prompt communication of any action levels exceeding set limits. The contractor must correct any testing errors at no additional charge. Testing reports must be generated and distributed to specified personnel, and turnaround times for results are clearly defined: under 48 hours for endotoxin and 3-4 days for bacteria. Normal operations are scheduled Monday to Friday during standard hours, excluding federal holidays. The contractor is required to possess appropriate experience, accreditation, and capabilities with specific dialysis equipment. The document serves as a formal request for proposals (RFP) for federal contracts, emphasizing compliance, accountability, and high-quality service delivery for critical healthcare operations.
    The document outlines the ISO/IEC 17025:2017 standard, which sets general requirements for the competence, impartiality, and consistent operation of testing and calibration laboratories. It is aimed at organizations performing laboratory activities, ensuring they demonstrate their competence in generating valid results. Key sections include the scope and normative references, followed by detailed general, structural, resource, and process requirements. The standard emphasizes the importance of impartiality, confidentiality, and effective management systems. It mandates that laboratories must have suitable personnel, facilities, and equipment, alongside processes for risk management and measurement uncertainty evaluation. It also delineates procedures for handling technical records, client communications, and reporting results, including necessary documentation for compliance and conformity statements. In the context of government RFPs, federal grants, and local contracts, adherence to this standard is critical for laboratories seeking accreditation, ensuring they meet the rigorous criteria for quality and reliability in testing and calibration services, thereby facilitating inter-laboratory cooperation and international acceptance of results.
    The document serves as an amendment to solicitation number 36C26225Q0554, concerning Hemodialysis Water Testing for the Department of Veterans Affairs. It outlines changes to the original procurement specifications and includes attachments such as the amended Request for Quotation (RFQ), an amendment document, a Statement of Work (SOW), and vendor queries. The solicitation is set for response by April 24, 2025, at 3:00 PM Pacific Time. This contract falls under the Product Service Code H146 and is classified under NAICS Code 541380. The place of performance is within the VA Long Beach Healthcare System located in Long Beach, California. For inquiries, interested parties can contact the Contract Specialist, Kal Carabon, via email or phone. This amendment reflects ongoing collaboration between the VA and vendors to ensure the proper execution of water testing services vital for hemodialysis operations, emphasizing transparency and adherence to updated specifications.
    The document is an amendment to a solicitation issued by the Department of Veterans Affairs, specifically by the Network Contracting Office 22. It primarily aims to update the deadline for submissions, extending it to April 24, 2025, at 3:00 PM Pacific Time. Key changes include the addition of a vendor questions document that addresses inquiries from potential bidders, revisions to the Statement of Work (SOW) concerning service response times and qualifications, and updates on required accreditations. Two new accreditations, Perry Johnson Laboratory Accreditation and ISO/IEC 17025, have been added as qualifications, and Attachment E was included to provide further clarification on the ISO accreditation. Furthermore, it clarifies that contractors will not be required to comply with CLIA certification standards. The amendment emphasizes the administration's need for compliance and does not alter other existing terms and conditions. This extension and clarification ensure that potential contractors are fully informed and able to meet revised requirements effectively, illustrating the government's commitment to transparency in the contracting process.
    The government file pertains to Request for Proposals (RFP) 36C26225Q0554 regarding Hemodialysis Water Testing. It addresses vendor inquiries about compliance with various standards, notably AAMI TIR-34 as the correct guideline for testing. It clarifies that vendors are not required to hold CLIA certifications, as these apply to human diagnostic tests, while defining acceptable levels for water cultures and endotoxins, with specific action levels noted. Additionally, contractors must comply with ISO/IEC 17025 standards. Quantities of testing kits raised questions; the outlined testing regimen includes weekly and monthly specimen benchmarks, ultimately amounting to 146 specimens per month for comprehensive water quality analysis. This document serves to outline the necessary standards, compliance requirements, and quantity specifications for vendors responding to the hemodialysis water testing RFP, ensuring clarity and adherence to quality measures in federal healthcare services.
    Lifecycle
    Title
    Type
    Special Notice
    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.
    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.
    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.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to the diagnosis, prevention, or treatment of diseases. The procurement aims to establish contracts for domestic delivery of medical laboratory services, ensuring compliance with all relevant state, federal, and local regulations, including necessary licenses and permits for testing services. This opportunity is critical for enhancing patient care through accurate diagnostic testing, with the expectation that offerors will provide new items only, adhering to FDA regulatory requirements. Interested vendors can contact the FSS Help Desk at Fss.Help@va.gov or call 708-786-7737 for further details, as the solicitation is currently pending and specific deadlines for proposal submissions will be outlined in the official solicitation documents.
    6630--VISN 15 Automated Erythrocyte Sedimentation Rate Analyzers 36C255-26-AP-0538
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an unrestricted solicitation for Cost-Per-Test (CPT) Blanket Purchase Agreements for Automated Erythrocyte Sedimentation Rate Analyzers intended for the VISN 15 Heartland Network Veterans Affairs Medical Centers (VAMCs). This procurement aims to enhance laboratory capabilities by providing essential equipment for conducting erythrocyte sedimentation rate tests, which are critical for diagnosing various medical conditions. The solicitation is expected to be released around December 19, 2026, with a response deadline set for January 12, 2026, at 10:00 AM Central Time. Interested parties can reach out to Contract Specialist Erika Kobulnicky at Erika.Kobulnicky@va.gov or by phone at 913-946-1991 for further information.
    EMERGENT REFERENCE LAB TESTING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide emergent reference laboratory testing services for the Ralph H. Johnson VA Medical Center in Charleston, South Carolina. The procurement aims to secure laboratory testing for urgent/emergent patient specimens that cannot be performed in-house, including tests such as Mycobacteria Stains, Microbiology Specimens, and Therapeutic Drugs, with a required turnaround time of 24 hours or less for STAT testing. This service is critical for ensuring timely patient care and addressing urgent medical needs. Interested vendors must possess a current CMS CLIA Certificate for High Complexity Testing and a Laboratory Accrediting Agency Certificate, with responses due by November 19, 2025, at 4:00 PM CST. For further inquiries, vendors can contact Monica Reed at monica.reed@va.gov or by phone at 334-450-5679.
    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.
    6550--HEMOCHRON SIGNATURE ELITE REAGENTS BASE PLUS 4 OPTION YEARS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the procurement of Hemochron Signature Elite Reagents, with a contract term of one base year and four option years, to support the Southern Arizona Healthcare System in Tucson, Arizona. The procurement includes a variety of specialized medical testing supplies essential for blood coagulation testing, with specific brand-name products required, as detailed in the attached documents. Timely delivery and compliance with FDA standards are critical, as these reagents will be used for patient testing in a healthcare setting. Interested vendors must submit their quotations by December 9, 2025, at 12 PM Pacific Time, and can direct inquiries to Contract Specialist Rebecca Gaba at Rebecca.Gaba@va.gov.
    J065--Comprehensive Maintenance for BBraun Dialog+ Evolution Hemodialysis Units
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 19, intends to award a sole source contract to B. Braun Medical for comprehensive maintenance services for 14 Dialog+ Evolution hemodialysis units located at the Salt Lake City VA Medical Center. This procurement is necessary to ensure that the proprietary hemodialysis systems are maintained according to the manufacturer's standards, as B. Braun Medical is the sole authorized servicer capable of providing the required technical maintenance and repair parts. Interested parties may submit their capabilities to meet this requirement by December 16, 2025, at 12:00 PM Mountain Standard Time, with responses directed to Contract Specialist Stephanie Cahill at Stephanie.Cahill@va.gov. The associated NAICS code for this opportunity is 811210, with a business size standard of $34 million.