J045--666 - Backflow Preventer Testing and Repair Service
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), Network Contract Office 19, is soliciting quotes for Backflow Preventer Testing and Repair Services for the Sheridan Healthcare System. This opportunity is a Total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm-Fixed Price agreement for a base year plus four option years. Services are required at the Sheridan WY Medical Center, Gillette VA Clinic, and Sheridan VA Water Treatment Plant. Quotes are due by January 27, 2026, at 16:00 MT.
Scope of Work
The contractor will provide annual testing and repair services for backflow prevention assemblies to meet EPA, local, Wyoming DEQ, ASSE, and Federal standards. This includes testing 19 double check valves and 18 reduced pressure backflow assemblies across various buildings and facilities. Services involve providing all necessary labor and materials, coordinating testing during normal business hours, and verifying/updating data sheets for installed devices. An estimated line item for repair costs, anticipating up to six rebuild kits per year, is included. Testing must be completed by an ASSE 5110 (Tester) or equivalent ABPA Certified Technician, and repairs by an ASSE 5130 (Repairer) certified technician. Devices range from 0.5" to 4" in size and are located at various heights within accessible mechanical rooms.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: A base year (March 1, 2026 - February 28, 2027) with four (4) one-year option periods. Annual testing is required in April, with specific dates coordinated two weeks in advance with the COR.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB). Offerors must have verified SDVOSB/VOSB status in the SBA Small Business Certification (SBS) database at the time of quote submission and award.
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors) with a $19 Million size standard.
- Place of Performance: Sheridan WY Medical Center, Gillette VA Clinic, and Sheridan VA Water Treatment Plant.
Submission & Evaluation
- Quote Submission Deadline: January 27, 2026, 16:00 MT.
- Submission Method: Emailed quotes only (maximum 4MB) to Danielle.kramer@va.gov. Faxed or hand-carried quotes will not be accepted.
- Required Submissions: Quotes must be submitted in four volumes: Technical Capability, Price, Past Performance, and the VAAR 852.219-75 Certificate of Compliance (Limitations on Subcontracting).
- Evaluation Factors: Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering: 1. Technical capability or quality, 2. Price, and 3. Past Performance. Award will be made on an "All or Nothing Basis."
- Questions: The deadline for questions has passed, and no additional questions will be answered.
Key Attachments
- Statement of Work (SOW): Provides detailed requirements for services.
- Wage Determination 2015-5411 Rev 27: Outlines minimum wage rates and fringe benefits under the Service Contract Act.
- Backflow Survey Oct2025: An Excel spreadsheet detailing existing backflow assemblies at the Sheridan VAMC.
- VA Notice of Limitations on Subcontracting (VAAR 852.219-75): Requires mandatory certification of compliance with subcontracting limitations.