J046--FY26: Deionized Water System Maintenance LCHCC
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 248-NETWORK CONTRACT OFFICE 8, is conducting Sources Sought/Market Research for Deionized Water System Maintenance at the Lee County VA Healthcare Center (LCHC) in Cape Coral, FL. This notice aims to identify qualified businesses and determine the appropriate acquisition strategy for a potential future contract. Responses are due by March 30, 2026, at 1:00 PM EST.
Scope of Work
The requirement is for preventative maintenance and repair services for De-Ionization (DI) Systems, Reverse Osmosis (R/O) Systems, Water Softeners, and Salt Deliveries at the LCHC. Key tasks include monthly pre-filter changes, yearly UV light maintenance, 180-day sub-micron filter exchange, monthly DI exchange tank changes, yearly RO system loop disinfection, monthly AAMI TIR34 Water Testing, and weekly salt delivery. All resin used must be from a 510K medically approved regeneration plant.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Duration: One base year and four one-year option periods
- NAICS Code: 221310 (Water Supply and Irrigation Systems) with a $41 Million size standard
- Set-Aside: None specified (for market research purposes)
- Response Due: March 30, 2026, 1:00 PM EST
- Published: March 23, 2026
- Place of Performance: Lee County VA Healthcare Center, 2489 Diplomat Pkwy E, Cape Coral, FL 33909
Submission Requirements
Interested parties must submit responses via email to Timothy Felix (timothy.felix@va.gov). Submissions should include company details (name, address, POC, UEI), small business program eligibility (SDVOSB, VOSB, SB), relevant experience (especially with VA facilities and VHA Directive 1061), SAM/CVE registration status, NAICS affiliation, GSA/FSS contract numbers, and feedback on the draft Scope of Work (risks, unrealistic requirements, cost drivers, revisions). A brief capability statement (max 2 pages) demonstrating the firm's ability to provide the services is also required. The email size limit is 5 MB.
Qualifications
Respondents must have an established business with full-time staff, including a "fully qualified" Field Service Engineer (FSE) with a minimum of two years' experience and relevant training. Contractors must be qualified and certified (e.g., NSF, NEBB, CETA) and be Contamination Control Specialists. Subcontractors require prior Contracting Officer approval.
Additional Notes
Travel expenses will not be paid by the Government. Contractors will be escorted by VA personnel on-site. Service reports are required within 24 hours of completion. Response times include 2 hours by telephone, 24-hour on-site service, and 4 hours for emergencies.