J045--Backflow Preventer Testing Service Tomah VAMC
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 Request for Quote (RFQ) for Backflow Preventer Testing and Maintenance Services at the Tomah VA Medical Center in Tomah, WI. This acquisition is for commercial items, utilizing FAR Part 12 and 13 procedures, with the intent to award a firm-fixed-price contract. Quotes are due by March 27, 2026, at 10:00 AM CDT.
Scope of Work
The contractor will be responsible for:
- Annually testing and re-certifying 31 existing backflow preventers/cross connection controls/devices.
- Testing and re-certifying any newly installed backflow preventers, up to a total of 45 devices.
- Providing repair services for failed backflow preventers, up to 30 hours of labor per year (parts provided by VA).
- Ensuring all testing complies with Federal regulations, VHA requirements, Wisconsin Administrative Code SPS 382.41, and local codes.
- Providing typed reports detailing testing procedures, results, device condition, and repairs.
- Affixing a new tag to each tested device, indicating certification date and pass/fail results.
- Ensuring personnel hold a State of Wisconsin registration as a Cross Connection Control Assembly Tester.
- Adhering to all VA facility requirements, including security, drug-free policies, smoking prohibitions, and VHA Directive 1192 regarding influenza vaccination or masking.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Estimated Value: $19 Million (likely total contract value over multiple years).
- Period of Performance: A Base Period (May 1, 2026, to April 30, 2027) with four (4) one-year Option Periods, for a total potential duration of five years.
- NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors.
- Set-Aside: Listed as "UNRESTRICTED" in SF 1449, but includes VAAR clause 852.219-75, indicating potential considerations for Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) concerns.
Submission & Evaluation
- Quotes Due: March 27, 2026, 10:00 AM CDT.
- Questions Due: March 27, 2026, 10:00 AM CDT, submitted via email to Laura.Broacha@va.gov.
- Submission Method: Quotes must be submitted via email to Laura.Broacha@va.gov.
- Evaluation Factors: Technical Capability and Price.
- Required Submissions: Offerors must provide proof of technical capability (including staff qualifications and a report template), at least three customer references from the past three years, and complete/submit the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction" (VAAR 852.219-75).
Additional Notes
The solicitation incorporates FAR 52.212-1, 52.212-4, and 52.212-5 by reference. Payment will be made via Electronic Funds Transfer (EFT), and invoices must be submitted electronically through Tungsten Network.