6515--REVERSE OSMOSIS MACHINES
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), specifically the 262-NETWORK CONTRACT OFFICE 22 (36C262), is conducting a Request for Information (RFI) / Sources Sought Notice to identify qualified sources for the replacement and acquisition of 5 portable Reverse Osmosis (RO) Machines for the Tucson VAMC in Arizona. These machines must be capable of producing dialysis-grade purified water. Responses are due by April 30, 2026, at 10:00 AM PST.
Scope of Work
The VA seeks vendors to provide portable RO machines (e.g., EON Portable Reverse Osmosis Water Purification System or equal) to replace aging units that have reached their operational lifecycle. The new machines must meet stringent salient characteristics, including:
- Automated Heat Disinfection: Capable of reaching and maintaining at least 185°F (85°C).
- Production Capacity: 650 mL/min to 2600 mL/min.
- Purification Performance: Reduce TDS to less than 10 ppm with a minimum 95% rejection rate.
- Compliance: Meet or exceed AAMI/ANSI/ISO hemodialysis water standards, FDA approved or CE certified, and comply with VA medical device policies.
- Portability: Weigh less than 100 lbs, with ergonomic handles and lockable casters.
- Features: Pre-treatment support, comprehensive alarms and monitoring, intuitive display, and compatibility with VA dialysis machines.
- Support: Minimum 2-year warranty, user manuals, maintenance schedules, technical support, and training for VA clinical and technical staff.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 339112 - Surgical and Medical Instrument Manufacturing (Size Standard: 1000 Employees)
- Set-Aside: None specified at this RFI stage; market research will inform future acquisition decisions regarding potential set-asides.
- Response Due: April 30, 2026, 10:00 AM PST
- Published: April 22, 2026
Submission Requirements
Interested companies must submit responses via email to sam.choo@va.gov. Submissions should include:
- A capabilities statement detailing how the organization meets the draft salient characteristics/SOW requirements.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 339112.
- Information on manufacturer/distributor status, subcontracting compliance, COTS items, Non-Manufacturer Rule, Buy American Act conformance, lead time, estimated lifespan, and leasing options.
- Details on existing Federal contracts (FSS, GSA, etc.) and availability of items on those contracts.
- General pricing information (for market research only).
- SAM.gov Unique Entity ID/Cage Code.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or an offer. Responses will be used for market research to make appropriate acquisition decisions. Responders are responsible for all associated expenses.