H146--Legionella, Sterile Processing Service and Dental Waterline Testing
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 Network Contract Office 12 (36C252), has issued a Solicitation (36C25226Q0136) for Legionella, Sterile Processing Service (SPS), and Dental Waterline Testing Services. This opportunity is for the Oscar G. Johnson VA Medical Center in Iron Mountain, MI. The acquisition is for commercial items and services, with an estimated value of approximately $19 Million. Offers are due April 24, 2026, at 3:00 PM CDT.
Scope of Work
The contractor will provide comprehensive water testing services, including:
- SPS Water Testing: Monthly, quarterly, and annual testing in accordance with AAMI ST 108 and VHA Directive 1116. This includes chemistry tests (pH, Conductivity, Alkalinity, Hardness) and bacteria/endotoxin tests (HPC, LAL) for Blended Water Generation System, Critical Water Generation System, and points-of-use.
- Legionella Testing: Quarterly sampling and laboratory analysis of 20 potable water samples per quarter. Analysis involves culture, identification, and enumeration of Legionella species. The performing laboratory must be CDC ELITE Program certified and possess environmental microbiology accreditation.
- Dental Water Testing: Quarterly testing of up to 32 dental unit waterlines for heterotrophic water bacteria (≤500 CFU/mL). The contractor is responsible for providing all necessary supplies, labor, materials, travel, and equipment. Adherence to VA facility policies, safety regulations, and VHA Directive 1192 (influenza vaccination/masking) is mandatory. Personnel will require background checks and identification badges.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: A base year from May 1, 2026, to April 30, 2027, followed by four (4) one-year option periods.
- Estimated Value: Approximately $19,000,000.
- Set-Aside: This procurement is unrestricted, but the Government will only accept quotes from certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
Submission & Evaluation
- Quote Submission: Offers must be submitted via email to Laura.Broacha@va.gov.
- Evaluation Factors: Award will be based on a best value tradeoff, considering Experience, Past Performance, Technical Acceptability (pass/fail), and Price.
- Key Deadlines:
- RFQ Questions Due: April 20, 2026, 3:00 PM CDT.
- Offer Due Date: April 24, 2026, 3:00 PM CDT.
Additional Notes
Offerors must complete and submit specific files, including a Price Quote, Prior Experience, and Technical Capabilities. Special attention should be paid to SDVOSB requirements and limitations on subcontracting. FAR clauses are incorporated by reference.