J046--WELL NETWORK PLANT SERVICES
ID: 36C24626Q0241Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

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

    The Department of Veterans Affairs is seeking a certified Water Well Network Plant Operator to provide operations and maintenance services for the emergency well network at the Charles George VA Medical Center. The contractor will also assist in developing a Standard Operating Procedure (SOP) for the management of water well services, ensuring compliance with relevant VA directives and health care accreditation standards. This procurement is critical for maintaining the integrity and functionality of the facility's water supply systems, which are essential for patient care and operational continuity. Interested offerors must submit their quotes via email by January 16, 2026, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Harold McQuilliaContract Specialist
    harold.mcquillia@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) has issued a presolicitation notice (36C24626Q0241) for WATER WELL PLANT SERVICES at the Charles George VA Medical Center in Asheville, NC. The contract requires a contractor to provide all necessary materials and services. This is a 100% Unrestricted procurement under NAICS Code 221310 (Water Supply and Irrigation Systems), with a size standard of $41.0 million. The tentative solicitation issuance date is January 9, 2026, with responses due by 12 PM Eastern Time, New York, USA, on the same date. Interested parties must be registered in SAM.gov. All correspondence should be directed to Harold McQuillia at harold.mcquillia@va.gov.
    This government solicitation, 36C24626Q0241, issued by the Department of Veterans Affairs, seeks a certified Water Well Network Plant Operator for the Charles George VA Medical Center. The contractor will provide operations and maintenance services for an emergency well network and assist in developing a Standard Operating Procedure (SOP). The base contract period is from February 1, 2026, to January 31, 2027, with four one-year option periods. The solicitation outlines specific requirements for contract administration, invoicing (monthly in arrears), and adherence to Federal Acquisition Regulations (FAR) and VA Acquisition Regulation (VAAR) clauses. It also details prohibitions related to specific foreign-made equipment and services, emphasizing security and supply chain integrity. Offerors must submit quotes via email by January 16, 2026, and be registered in the System for Award Management (SAM).
    The provided document outlines various sections and sub-sections, likely pertaining to a government RFP or grant, focusing on procurement, operational guidelines, and compliance requirements. The content, characterized by alphanumeric codes and descriptions, details different aspects such as 'Requests for Information,' 'General Conditions,' 'Specifications,' 'Technical Requirements,' and 'Contractual Agreements.' Key sections appear to cover administrative procedures, project descriptions, financial considerations, and legal stipulations. The recurring emphasis on numbered sections and subsections suggests a structured approach to outlining requirements, deliverables, and performance metrics. The document also includes references to dates and numerical values, potentially indicating deadlines, quantities, or financial figures. The overall purpose is to provide a comprehensive framework for soliciting proposals or managing a government project, ensuring all parties adhere to established protocols and standards.
    The provided document outlines a Standard Operating Procedure (SOP) for Tools and Equipment Inventory for the WNC VA Health Care System in Asheville, NC. This SOP, identified as SOP 637-138, establishes mandatory procedures and processes to ensure compliance with relevant VA/VHA directives, internal policies (MCPs), and health care accreditation body mandates. The document details the structure of an SOP, including sections for purpose and authority, detailed procedures (with optional headings and sub-paragraphs), assignment of responsibilities to specific positions, definitions of terms, and references to governing documents. It also specifies review frequencies, recertification requirements (every five years from the effective date), and signatory authority for approval. The SOP emphasizes that national policy supersedes its content in case of contradiction and details distribution practices. This framework ensures a standardized approach to inventory management within the facility.
    This document outlines technical specifications for three products: the Belimo B280 2-way Characterized Control Valve, the Belimo AFRB24 On/Off Spring Return Actuator, and the APG TRUE ECHO CR-L Radar Liquid Level Sensor, along with information on Computrols LX Controllers and EasyHeat Freeze Free Cable. The B280 valve is designed for hydronic systems, detailing fluid compatibility, pressure ratings, and suitable actuators. The AFRB24 actuator provides electrical and functional data for on/off control with spring return. The APG TRUE ECHO CR-L sensor is a 76-81 GHz FMCW radar for accurate industrial liquid level measurements, offering Bluetooth and Modbus programming. Computrols LX Controllers offer flexible universal I/O and multi-protocol communication for building automation. EasyHeat Freeze Free Cable provides self-regulating pipe freeze protection for residential applications, including installation guidelines and accessories. The document focuses on product features, technical data, installation, and application for each item, providing essential information for federal RFPs, grants, and state/local RFPs.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    J065--SPS Purified Water System Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration Network Contracting Office 10, intends to negotiate a sole source contract with AmeriWater, LLC for the maintenance and service of two 00HC-2046 healthcare purified water systems. This procurement includes essential services such as deionized (DI) tank exchange, which must comply with JCAHO, OEM, and AAMI requirements, highlighting the critical nature of these systems in healthcare settings. Interested parties who believe they can meet the requirements are invited to submit a capability statement to Mary Jane Crim at maryjane.crim@va.gov by January 14, 2026, at 4:00 PM EST, including necessary business information and a detailed capability statement for the specified maintenance services.
    J065--Philadelphia VAMC - Reverse Osmosis Water Purification PM&R Service Agreement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 4 (NCO4), intends to award a sole-source contract to Evoqua Water Technologies, LLC for preventative maintenance and repair services for the Reverse Osmosis Water Purification System at the Philadelphia VA Medical Center. This procurement aims to establish a firm-fixed-price, five-year Blanket Purchase Agreement (BPA) to ensure the reliable operation of critical water purification equipment essential for patient care. Interested vendors capable of providing these services must submit a one-page capability statement by January 14, 2026, at 10:00 AM EST, to Contract Specialist Emily Hall at emily.hall5@va.gov. The NAICS code for this opportunity is 811210, with a small business size standard of $34.0 million, and the PSC code is J065.
    SPS Water Purification System - Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a new Sterile Processing Service Water Purification System at the Wilkes-Barre VA Medical Center in Pennsylvania. This procurement is a total small business set-aside, requiring vendors to provide and install a water purification system that meets AAMI ST108 Critical Water specifications, capable of producing at least 312 gallons per hour and delivering 20 gallons per minute, along with a 250-gallon tank, ultraviolet light, and a leak detector. The installation is critical for maintaining the cleanliness and safety standards of the medical facility, and a mandatory site visit is scheduled for January 8, 2025, at 10:00 AM EST. Interested vendors should contact Olivia McDonald at olivia.mcdonald@va.gov for further details and to ensure compliance with the outlined requirements.
    J045--666 - Backflow Preventer Testing and Repair Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Backflow Preventer Testing and Repair Services at the Sheridan WY Medical Center and associated clinics. The procurement requires annual testing and repair of various backflow assemblies, including 19 double check valves and 18 reduced pressure backflow assemblies, in compliance with EPA, local, and federal standards. This service is critical for maintaining safe water systems and preventing contamination, ensuring the health and safety of veterans and staff. Quotes are due by January 23, 2026, at 14:00 MT, and must be submitted via email to Danielle Kramer at danielle.kramer@va.gov. The contract will be a firm-fixed price for a base year with four option years, and only Service-Disabled Veteran-Owned Small Businesses (SDVOSB) are eligible to participate.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center, under project number 660-23-101. This construction project requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated budget between $2,000,000 and $5,000,000. The work must comply with various safety and environmental regulations, and contractors are expected to complete the project within 340 calendar days after receiving the Notice to Proceed. Proposals are due by January 14, 2026, at 10:00 AM MST, and interested parties should direct inquiries to Contract Specialist Mark A. Holland at Mark.Holland@va.gov.
    J035--Building 44 Water Heater Replacement
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the replacement of a semi-instantaneous water heater at the White River Junction VA Medical Center, specifically in Building 44. The procurement requires a qualified vendor to provide and install a steam-heated water heater that meets specific technical capabilities, including compatibility with the VA’s Building Management System. This project is crucial for maintaining the facility's operational efficiency and ensuring reliable hot water supply for medical services. Interested Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) must submit their firm fixed price quotes, technical proposals, and completed Limitation of Subcontracting forms by January 19, 2026, with a mandatory site visit scheduled for January 15, 2026. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov or 860-666-6951.
    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.
    J046--Water Tower Maintenance and Inspection
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide maintenance and inspection services for a 100,000-gallon elevated water tower at the Veterans Healthcare System of the Ozarks in Fayetteville, Arkansas. The contract encompasses comprehensive inspections, maintenance of the cathodic protection system, and minor repairs, with additional sandblasting and painting services included in Option Year 3. This procurement is critical for ensuring the operational integrity and safety of the water tower, adhering to various health and safety standards. Interested parties must submit their proposals by January 14, 2026, at 7:00 AM Central Time, and can contact Contract Specialist William Shaver at William.Shaver@va.gov or 601-206-6953 for further details.
    J045--REQUEST OF QUOTES REPLACE 2 EXISTING STEAM CONDENSATE PUMPS WITH 2 NEW PUMPS WASHINGTON DC VAMC 36C24526Q0194
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of two existing steam condensate pumps at the Washington DC VA Medical Center, under solicitation number 36C24526Q0194. The project requires contractors to provide all necessary labor, materials, and services to replace the existing pedestal-style pumps with new models, ensuring reliable steam condensate return, and includes tasks such as system shutdown, removal of old pumps, installation of new pumps, and commissioning. This procurement is crucial for maintaining the facility's operational efficiency and safety standards. Interested contractors should submit their quotes by January 19, 2026, and can direct inquiries to Contracting Officer Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411.
    Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Annual Generator Maintenance Services at the Seattle and American Lake VA Medical Centers. The procurement aims to ensure the reliable operation of generator systems through comprehensive inspection, testing, and maintenance services, which include annual and tri-annual inspections, oil and fuel filter changes, coolant checks, and load bank testing, all adhering to established standards. This contract is particularly significant as it supports the operational readiness of critical healthcare facilities serving veterans. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their offers by January 28, 2026, at 15:00 PST, following a mandatory site visit on January 16, 2026, and can direct inquiries to Adam Hill at adam.hill3@va.gov or Derek Crockett at derek.crockett@va.gov.