J045--Backflow Device Annual Inspections
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) is seeking a qualified vendor to provide Annual Backflow Device Inspections and Repairs at the White River Junction VA Medical Center (VAMC) in Vermont. This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) for a firm-fixed-price contract. Quotes are due by February 20, 2026.
Scope of Work
The contractor shall provide all labor, materials, and equipment to perform annual inspections, preventative maintenance, repairs, and replacements for all existing backflow devices on the VAMC campus. Key requirements include:
- Compliance: Adherence to NFPA 25, IPC 2015, and State of Vermont Cross-Connections Regulations.
- Certification: All work must be performed by a certified backflow device technician/installer.
- Reporting: Electronic logging of each device (Excel) including ID, location, and pass/fail status.
- Coordination: Work takes place in an occupied healthcare facility, requiring close coordination with the COR and potential infection control measures.
Contract & Timeline
- Type: Firm-Fixed-Price RFQ
- Duration: One base year plus four one-year option periods.
- Performance: Inspections must be completed within four months of contract award.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors).
Evaluation Factors
Award will be made to the responsible quoter whose quote is technically acceptable and offers the lowest evaluated price. Evaluation factors include:
- Technical Capability: Ability to meet SOW requirements.
- Past Performance: Assessment of risk based on previous records.
- Price: Total of all line items.
- Certifications: Evaluated on an acceptable/unacceptable basis.
Deadlines & Submission
- Questions Due: February 13, 2026, at 5:00 PM EST.
- Site Visit: February 17, 2026, at 12:30 PM EST (Building 37).
- Quotes Due: February 20, 2026, at 5:00 PM EST.
- Submission: Quotes must be emailed to Kenya.Mitchell1@va.gov.