H146-- FISHER HOUSE CHLORINATION
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 Michael E. DeBakey VA Medical Center (MEDVAMC) in Houston, TX, is conducting market research through this Sources Sought Notice / Request for Information (RFI). The purpose is to identify qualified and capable sources for Legionella Hyper Chlorination Remediation Services for the Fisher House 1 potable water systems. This RFI will help determine an appropriate procurement strategy, including potential set-aside considerations. Responses are due by April 20, 2026, at 8:00 PM ET.
Scope of Work
The required services involve performing hyper-chlorination remediation to remove and mitigate Legionella. Key tasks include:
- Hyper-chlorination of Fisher House 1 cold and hot potable water systems.
- Implementing ANSI/AWWA C651-14 disinfection protocols with a biocide concentration of no less than 200 ppm for at least four hours.
- Drawing biocide to all potable system endpoints (guest rooms, kitchen, drinking fountain, ice machine, public washroom).
- Proper flushing and removal of residual biocide.
- Proper storage, handling, and disposal of biocide.
- Concurrently measuring and recording pH, biocide level (total chlorine in ppm), and temperature.
- Collecting post-disinfection samples (no sooner than 7 days after) to validate success.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated NAICS Code: 541380 – Testing Laboratories and Services (Size Standard: $19.0M)
- Anticipated PSC Code: H146 – Quality Control Services: Water Purification And Sewage Treatment Equipment
- Anticipated Contract Type: Single Award, Firm Fixed Price
- Anticipated Period of Performance: April 1, 2025, to December 1, 2025, with all services to be completed within 60 days ARO.
- Response Due: April 20, 2026, 8:00 PM ET
- Published Date: April 14, 2026
Submission & Evaluation
Interested firms must submit a capabilities statement addressing:
- Company Information: Legal Business Name, Point(s) of Contact, Address, Telephone, Email, UEI, CAGE Code.
- Business Size / Socioeconomic Status: Indicate status under NAICS 541380 (Small Business, SDVOSB, VOSB, HUBZone, 8(a)).
- Capability Questions: Ability to perform services, support equipment, provide trained/certified technicians, current experience with VA/federal facilities (provide contract numbers/POCs), estimated unit pricing, knowledge of national service standards, industry best practices, and existing contract vehicles (GWAC, SEWP, NAC, GSA Schedule, IDIQ, BPA).
For a future solicitation, evaluation criteria are anticipated to be: Technical expertise (40%), Past performance (40%), and Cost (20%). Contractors must be experienced, familiar with ANSI/AWWA C651-14, and ASSE 12080 certified.
Additional Notes
This is a Sources Sought Notice only and not a solicitation. Responses are voluntary, and costs will not be reimbursed. Do not submit proprietary or business confidential information. Future solicitations will be published on SAM.gov or the GSA portal. The RFI is assessing potential set-aside options (e.g., SDVOSB, VOSB, HUBZone, 8(a), Small Business) or unrestricted competition.