H146--603-26-3-5093-0084 - 'Base + 2' Water Analysis Service Contract (Eng.)

SOL #: 36C24926Q0204Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
249-NETWORK CONTRACT OFFICE 9 (36C249)
MURFREESBORO, TN, 37129, United States

Place of Performance

Place of performance not available

NAICS

Testing Laboratories and Services (541380)

PSC

Quality Control Services: Water Purification And Sewage Treatment Equipment (H146)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 15, 2026, 2:00 PM

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 Network Contracting Office 9 (NCO 9), is soliciting quotes for Water Analysis Services at the Robley Rex Veterans Affairs Medical Center (VAMC) in Louisville, KY. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract aims to ensure the health and safety of patients, employees, and visitors through a comprehensive water safety management program, including routine and emergent testing for waterborne pathogens like Legionella. Quotes are due by May 15, 2026, at 10:00 AM EDT.

Scope of Work

The required services include:

  • Quarterly Potable Water Legionella Validation Testing: Sampling and analysis of potable water systems in specified buildings, including testing for water temperature, residual biocide, and pH, using the ISO 11731 method. Requires 20 samples per building per quarter.
  • Air Conditioning Cooling Tower Legionella Validation Testing: Quarterly Legionella testing of the chiller plant system and bi-weekly Heterotrophic Plate Count (HPC) testing of cooling tower sumps.
  • Sterile Processing Water Testing: Monthly critical water sampling and quarterly utility water analysis at generating points and points of use, adhering to ANSI/AAMI ST108:2023 standards.
  • Emergent Retesting: Rapid response testing for positive routine samples or as directed by the Contracting Officer's Representative (COR), utilizing methods like rtPCR and Dipslide for Legionella.

Contract Details

  • Contract Type: Purchase Order, resulting from a combined synopsis/solicitation (RFQ).
  • Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
  • Period of Performance: A base ordering period from April 22, 2026, through September 30, 2026, followed by two additional ordering periods: October 1, 2026, through September 30, 2027, and March 1, 2028, through February 28, 2029. The government may also exercise an option to extend services for up to 6 months (FAR 52.217-8).
  • Funding: Obligation is contingent upon the availability of appropriated funds.
  • Place of Performance: Robley Rex Veterans Affairs Medical Center, 800 Zorn Avenue, Louisville, KY 40206.

Submission Requirements & Evaluation

  • Quote Submission: Must be on company letterhead and include a detailed Price/Cost Schedule, proposed delivery time, company information (SAM UEI, ORCA document), warranty terms, completed FAR 52.212-3, and a separate narrative demonstrating technical ability. Licensing and insurance must be in the prime contractor's name.
  • Mandatory Forms: Offerors must complete and sign VAAR 852.219-75 (Limitations of Subcontracting Certificate of Compliance) and a VHA and Local Business Associate Agreement (BAA). Failure to submit the subcontracting certificate will render the offer ineligible.
  • Subcontracting Limitations: For services, offerors must certify that they will not pay more than 50% of the contract amount to firms that are not VIP-listed SDVOSBs or VOSBs.
  • Wage Determination: Bidders must adhere to the Service Contract Act wage determination (WD 2015-4717, Rev. 32) for the specified Indiana and Kentucky counties, which outlines minimum wage rates and fringe benefits.
  • Evaluation Factors: Technical capability, Price, and Past Performance. Technical review is considered more significant than price. Award will be made to the responsible offeror providing the best value to the Government.
  • Questions Deadline: May 13, 2026, 8:00 AM EST, via email to Daphne.Stewart@va.gov.
  • Quote Deadline: May 15, 2026, 10:00 AM EDT, via email to Daphne.Stewart@va.gov. Quotes are limited to 5 attachments and 25 pages, using no less than 12-point font.
  • Registration: Offerors must be registered in SAM, have completed ORCA, and SDVOSBs must be registered in the Dynamic Small Business Search (DSBS) database prior to award.

Contact Information

People

Points of Contact

Daphne StewartContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 6, 2026