F109-- 36C24126Q0215 - WATER MANAGEMENT PROGRAM AND CHEMICAL TESTI SOLICITATION AMENDMENT 0001
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 Amendment 0001 to Solicitation 36C24126Q0215 for a Water Management Program and Chemical Testing Services. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB) Set-Aside to establish and maintain a comprehensive water management program for the VA Boston Healthcare System campuses in Jamaica Plain, West Roxbury, and Brockton, MA. Quotes are due by April 27, 2026, at 3:00 PM EST.
Scope of Work
The contractor will develop and operate a comprehensive Water Management Program (WMP) for Sterile Processing Service (SPS) water systems, adhering to AAMI ST-108:2023, AORN guidelines, and VHA Directive 1116(2). Key deliverables include:
- Implementing a Web-based Data Management System (to be provided and managed by the contractor) for recording, storing, and reporting water data.
- Providing all necessary supervision, labor, travel, parts, materials, tools, and equipment.
- Conducting monthly, quarterly, and as-needed water testing. Testing quantities should be derived from the WMP design, with an understanding that initial months may have fewer samples due to port installation. Additional WMP-defined testing beyond baseline requirements must be included in the firm-fixed price.
- WMP operation services, including facilitating quarterly meetings, maintaining documentation, recommending changes, operating the data management software, remote support, and training.
Contract Details
- Contract Type: Firm-Fixed Price Purchase Order.
- Period of Performance: One base year (12 months) with four one-year option periods, totaling five years. Estimated start is April 2026.
- NAICS Code: 561210 (Small Business Size Standard: $19 million).
- Product Service Code (PSC): F109 (Leaking Underground Storage Tank Support Services - Note: This PSC title is generic; the actual requirement is for Water Management and Chemical Testing).
Submission & Evaluation
- Submission Deadline: April 27, 2026, at 3:00 PM EST.
- Submission Requirements: Proposals must include Price, Technical (capabilities statement, quality control plan, subcontractor information), and Past Performance (3 references). Offerors must follow instructions in FAR 52.212-1 and evaluation criteria in FAR 52.212-2.
- Evaluation Criteria: A comparative evaluation will be conducted based on Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB credit), and Price, with award going to the quote offering the best benefit to the Government.
- Eligibility: Prospective firms must be registered in SAM.gov and certified in VetCert (SBA) prior to award.
Important Notes
This is a combined synopsis/solicitation. Amendment 0001 added a Questions and Answers document and extended the response deadline. Offerors are responsible for monitoring SAM.gov for any further amendments. Contact: Pamela L. Parham, Contract Specialist, at pamela.parham3@va.gov (email only).