F109--Water Program Amendment 002 - Question and Answers
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, is soliciting quotes for a Water Management Program and Chemical Testing Services for the VA Boston Healthcare System. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB) set-aside. Quotes are due by April 27, 2026, at 3:00 PM EST.
Scope of Work
The contractor will develop, implement, and maintain a comprehensive Water Management Program (WMP) for Sterile Processing Service (SPS) water systems across the Jamaica Plain, West Roxbury, and Brockton Campuses. Key requirements include:
- Developing a WMP aligned with AAMI ST-108:2023, AORN guidelines, and VHA Directive 1116(2).
- Providing WMP operation services, including facilitating meetings, maintaining documentation, recommending changes, and offering remote support.
- Implementing and operating a web-based data management system for recording, storing, and reporting water data, which the contractor must provide and manage.
- Conducting monthly, quarterly, and as-needed water testing, with quantities derived from AAMI ST-108 and factoring in retesting for out-of-range results.
- Performing routine water quality parameters (pH, Conductivity, Alkalinity, Hardness) on-site, with occasional lab verification.
Contract & Timeline
- 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 to start April 2026.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB).
- NAICS Code: 561210 (Small Business Size Standard: $19 million).
- Product Service Code (PSC): F109 (Leaking Underground Storage Tank Support Services).
- Quotes Due: April 27, 2026, at 3:00 PM EST.
- Published Date: April 22, 2026.
Eligibility & Evaluation
- Eligibility: Offerors must be registered in SAM.gov and certified in VetCert (SBA). Vendors must be "vendorized" by completing VA Form 10091. The contractor must be an independent provider of water management services (not selling treatment chemicals/devices/remediation) and have an environmental microbiology accredited laboratory.
- Submission Requirements: Quotes must include Price, Technical (capabilities statement, quality control plan, subcontractor information), and Past Performance (3 references).
- Evaluation: Comparative evaluation based on Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB credit), and Price, with award going to the quote providing the best benefit to the Government.
Additional Notes
This is a combined synopsis/solicitation (RFQ); a separate written solicitation document will not be issued. Offerors are responsible for monitoring SAM.gov for any further amendments. Inquiries should be directed via email to Pamela L. Parham at pamela.parham3@va.gov.