J045--Backflow Preventer Testing Service Tomah VAMC

SOL #: 36C25226Q0332Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
252-NETWORK CONTRACT OFFICE 12 (36C252)
MILWAUKEE, WI, 53214, United States

Place of Performance

Place of performance not available

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
Mar 17, 2026
3
Submission Deadline
Mar 23, 2026, 3:00 PM

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 (RFQ 36C25226Q0332) for Backflow Preventer Testing and Maintenance Services at the Tomah VA Medical Center in Tomah, WI. This acquisition is for commercial items, intending 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, with the potential to include up to 45 total devices (including newly installed).
  • Providing repair services for failed backflow preventers, limited to 30 hours of labor per year (VA will provide parts).
  • Ensuring all testing complies with Federal regulations, VHA requirements, Wisconsin Administrative Code SPS 382.41, and local codes.
  • Submitting 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 all contractor 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.
  • NAICS Code: 238220 - Plumbing, Heating, and Air-Conditioning Contractors.
  • Period of Performance: A base period from May 1, 2026, to April 30, 2027, followed by four (4) one-year option periods, for a total potential duration not exceeding five (5) years.
  • Estimated Value: The solicitation indicates an estimated value of $19 Million, likely representing the total contract value over its full potential duration.

Eligibility & Set-Aside

While Block 10 of SF 1449 lists the acquisition as "UNRESTRICTED," the inclusion of VAAR clause 852.219-75 suggests potential set-aside considerations for Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) concerns. Offerors must complete and submit the "VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction."

Submission & Evaluation

  • Quotes Due: March 27, 2026, 10:00 AM CDT.
  • Questions Due: March 27, 2026, 10:00 AM CDT, submitted via email.
  • 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 the VAAR 852.219-75 Certificate of Compliance.
  • Payment: Electronic Funds Transfer (EFT) via Tungsten Network.

People

Points of Contact

Laura A BroachaContractorPRIMARY

Files

Files

Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 17, 2026
Version 1
Pre-Solicitation
Posted: Mar 17, 2026
View