6515--PORTABLE RO MACHINE SYSTEM FOR WASHINGTON DC VAMC. "BRAND NAME ONLY". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NON-RESPONSIVE.
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 5, is soliciting quotations for a Portable RO Machine System for the Washington DC VA Medical Center. This is a "Brand Name Only" requirement to replace existing units. An OEM letter from the manufacturer is mandatory for all submissions; failure to provide one will result in a non-responsive quote. Quotations are due by May 15, 2026, at 12:00 PM EST.
Purpose & Scope
This combined synopsis/solicitation (RFQ) seeks to procure a Portable Reverse Osmosis (RO) Machine System, including all necessary parts, materials, labor, software/licenses, resources, and training. The system is required for the Washington DC VA Medical Center to replace units experiencing extended downtime. The procurement is for specific "Brand Name Only" items.
Key Requirements
- Equipment: Four units each of AquaC 15 Amp, Portable Softener, AquaCaddy V2 Backflow Prevention/RPZ, AquaCaddy V2 Bolt on HD Conn.Kit, AquaCaddy V2 Booster Pump, Aqua Caddy - Dual Carbon Block, and AAMI Water Profile Kit. Also, four units of installation services and two units of System Technician Training.
- Specifications: Maximum dimensions of 31x22", integrated booster pump, permeate capacity of min 85 L/h, recovery rate of 60-70%, and compatibility with Fresenius 2008T Hemodialysis machines. Detailed performance specifications are provided in Attachment 1.
- Delivery: Within 90 days after receipt of award (ARO) to the Washington DC VA Medical Center warehouse, Monday through Friday, 8:00 AM to 3:30 PM EST.
- Authenticity: All items must be new, OEM items, covered by manufacturer's warranty, and procured through a manufacturer-approved distribution channel. Gray market and counterfeit items are strictly prohibited. Vendors must be an OEM, authorized dealer, distributor, or reseller, and provide verification.
Contract Details
- Type: Firm-Fixed Price purchase order, single award.
- Set-Aside: N/A (Open to all businesses).
- NAICS Code: 339112, Surgical and Medical Instruments Manufacturing (Small Business Size Standard: 1000 employees).
- Product/Service Code: 6515, Medical And Surgical Instruments, Equipment, And Supplies.
- Place of Performance: Washington DC VA Medical Center, 50 Irving Street NW, Washington, DC 20242.
Submission & Evaluation
- Submission Deadline: May 15, 2026, by 12:00 PM EST.
- Submission Method: Email quotations to Mohsin Abbas (Mohsin.Abbas2@va.gov). Only e-mailed quotes will be accepted.
- Mandatory Document: An OEM letter from the manufacturer is required for all quotes. Failure to provide this will render the quote non-responsive.
- Required Forms: Offerors must complete the "Buy American - Free Trade Agreements - Israeli Trade Act" certificate (Attachment 3) and provide a price quote for each CLIN in Attachment 2.
- Evaluation: Quotes will be evaluated based on best benefit to the Government at a reasonable price, considering Brand Name Only compliance, required features, price, and delivery lead times. A comparative evaluation will be performed.
- Terms & Conditions: Offerors must state acceptance of the solicitation's terms and conditions or list any exceptions with rationale.
- SDVOSB: SDVOSB offerors must be verified in the SBA Small Business Search Database at the time of quote receipt and award.
Points of Contact
- Contract Specialist: Mohsin Abbas (Mohsin.Abbas2@va.gov)
- VA POC for Requirement: Sara Gilbertson (Sara.Gilbertson@va.gov)