FRESENIUS AQUA-C UNO H REVERSE OSMOSIS DIALYSIS WATER TREATMENT SYSTEMS
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 Medical Readiness Contracting Office – Pacific (MRCO-P) intends to award a firm-fixed price purchase order on a sole-source basis to Fresenius USA Inc. for FRESENIUS AQUA-C UNO H REVERSE OSMOSIS DIALYSIS WATER TREATMENT SYSTEMS and related accessories. This action is justified under FAR 6.302-1, citing Fresenius USA Inc. as the only source compatible with existing government-owned hemodialysis systems.
Opportunity for Other Vendors
While primarily a sole-source intent, interested parties who believe they can satisfy the requirements may submit a capability statement to the point of contact by April 19, 2026. The government will review these statements and may amend the solicitation for competitive procurement if deemed in the best interest. If a competitive procurement proceeds, quotes would be due by April 21, 2026, at 10:00 AM (HST).
Scope of Work
The procurement includes specific Fresenius Aqua-C Uno reverse osmosis water treatment system components, such as:
- AquaC 15 Amp
- Softener Portable incl. salt tablet kit
- AquaCaddy V2 Backflow Prevention/RPZ
- AquaCaddy V2 Bolt On HD Conn.Kit(Option)
- AquaCaddy V2 Booster Pump
- Aqua Caddy - Dual Carbon Block
- AAMI Water Profile Kit
- Acute Wheel Package
- Aqua C Uno RO Install with Isopure Cart
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (intended sole-source)
- Set-Aside: Unrestricted (if competitive procurement occurs)
- Capability Statement Due: April 19, 2026
- Competitive Quote Due (if applicable): April 21, 2026, 10:00 AM HST
- Published: April 16, 2026
- Place of Performance: Tripler Army Medical Center, HI
Evaluation (for potential competitive quotes)
If competitive quotes are solicited, award will be made to the lowest price quoter that conforms to the solicitation, is a responsible contractor, and offers a fair and reasonable price. Discussions are not anticipated but may be held.
Key Compliance Requirements (from Attachment 1)
Bidders must adhere to critical compliance requirements, including:
- Exclusion from Federal Health Care Programs: Screening personnel against HHS OIG LEIE and TRICARE Sanctioned Provider Lists.
- Data Privacy: Strict adherence to Privacy Act, FOIA, and HIPAA for Personally Identifiable Information (PII) and Protected Health Information (PHI), including breach response procedures.
- Tobacco Free Medical Campus: Compliance with smoke-free policies at all facilities.
- Medical Device Equipment (MDE) Authorization: Inclusion of costs for authorizing and maintaining MDE, referencing DHA Procedural Instruction (PI) 8400.1 and the DHA RMF CyberLog process.