F109--36C24126Q0215 Water Management Program and Chemical Testing
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 01, has issued a combined synopsis/solicitation (RFQ 36C24126Q0215) for a Water Management Program and Chemical Testing Services. This requirement is for the VA Boston Healthcare System campuses in Jamaica Plain, West Roxbury, and Brockton, MA. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB) set-aside. Quotes are due by April 23, 2026, at 3:00 PM EST.
Scope of Work
The contractor will be responsible for developing and implementing a comprehensive Water Management Program (WMP) for sterile processing service (SPS) water systems. This includes aligning with AAMI ST-108:2023, AORN guidelines, and VHA Directive 1116(2). Key deliverables include:
- Implementing a Web-based Data Management System for recording, storing, and reporting water data.
- Providing all necessary supervision, labor, travel, parts, materials, tools, supplies, and equipment.
- Conducting monthly, quarterly, and as-needed water testing.
- Operating the WMP, which involves facilitating quarterly meetings, maintaining documentation, recommending changes, operating the data management software, providing remote support, and offering training. The WMP must encompass elements such as a Program Team, Goals, System Descriptions, Hazard Analysis, Control Locations/Limits/Measures, Monitoring, Corrective Actions, and Verification/Validation Strategies.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order.
- Period of Performance: One base year (estimated April 2026 – April 2027) with four one-year option periods, totaling five years.
- Product Service Code (PSC): F109 (Leaking Underground Storage Tank Support Services).
- NAICS Code: 561210 (Facilities Support Services), with a small business size standard of $19 million.
Submission & Evaluation
- Quotes Due: April 23, 2026, at 3:00 PM EST.
- Questions Due: April 16, 2026, at 12:00 PM EST.
- Submission Requirements: Offerors must submit pricing, a technical proposal (including capabilities statement, quality control plan, and subcontractor information if applicable), and past performance references (3 similar references).
- Evaluation Criteria: A comparative evaluation will be conducted based on Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB credit), and Price. Award will be made to the quote offering the best benefit to the Government.
- Contact: Pamela L. Parham, Contract Specialist, at pamela.parham3@va.gov (email only).
Eligibility & Registration
This is a 100% SDVOSB/VOSB set-aside. Prospective firms must be registered in SAM.gov and certified in the SBA's VetCert database prior to award. Vendors must also complete Form 10091 at https://www.cep.fsc.va.gov/ to be "vendorized" by the VA.
Place of Performance
Services will be performed at the VA Boston Healthcare System's Jamaica Plain, West Roxbury, and Brockton campuses in Boston, Massachusetts.