PORTABLE REVERSE OSMOSIS

SOL #: 36C26326Q0305Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Fargo, ND

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 27, 2026
2
Response Deadline
Feb 9, 2026, 4:00 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.

Sources Sought:  36C26326Q0305

The DEPARTMENT OF VETERANS AFFAIRS, Network 23 Contracting Office is conducting research and is issuing this Request for Information to learn of the availability and capability of business sources qualified to provide the items listed below as Brand-Name or Equal.  This is NOT a solicitation.

SUBJECT:  PORTABE REVERSE OSMOSIS, Brand-Name or Equal.

NAICS CODE: 339113 (there is NOT a Non-Manufacturer Rule Class waiver for this NAICS code).

PSC: 6515

INTERESTED SOURCES SHALL RESPOND BY:

All responses must have the VA RFI Number in the Subject Line of the email!!!

All responses must be received no later than 10:00pm CST, Monday, February 9, 2026

All responses must be submitted to this email address:  becky.delossantos@va.gov  

POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:

  1. Company name, address, phone number, primary contact(s), e-mail address.

  1. State if your firm distributes the Brand-Name items or Equal items.

  1. State if your firm has the required items on a Schedule (GSA, FSS, NAC, etc). If so, include contract number and expiration date.

  1. SAM UEI number for your firm

  1. State if your firm is a large business, small business, service-disabled-veteran-owned

small business, veteran-owned small business, HUB zone 8(a), women-owned small business or a small-disadvantaged business.

  1. If your firm is a Socio-economic small business (WOSB, VOSB, SDVOSB…), state if your firm is a Non-Manufacturer under the Non- Manufacturing Rule.  Information regarding the Non-Manufacturer Rule can be found at these links:
    1. Nonmanufacturer rule | U.S. Small Business Administration (sba.gov)

-OR-

    1. https://www.sba.gov/partners/contracting-officials/small-business-procurement/nonmanufacturer-rule#:~:text=What%20is%20the%20nonmanufacturer%20rule,if%20it%20is%20a%20nonmanufacturer

BRAND-NAME OR EQUAL MODEL AND TECHNICAL SPECIFICATIONS: 

Salient Characteristics

Brand Name or Equal:

Evoqua W3T591409 Kit, RO Eon Rover ALX SCB

Fully integrated endotoxin removal filter Ultrafilter assists in preparing water or bicarbonate concentrate to meet the requirements for the production of ultrapure dialysate according to the ANSI/AAMI 11663 standard. The filter’s unique proprietary single-stage design removes bacteria, viruses, endotoxins and other contaminants greater than 0.005 micron (5 nanometers)

Multi-Stage Filtration System, including carbon filtration, reverse osmosis (RO), and ultra-filtration in one unit

Features easy-to-use controls and instant access to key parameters

Prevents RO shutdown when the inlet water has low PSI

Uses heat to disinfect rather than chemicals

Continuous flow of hot water with no time constraints

Provides single heat, storage heat

Multiple Leak Detector options, internal or remote sensor with user alert or shutdown

Color touch screen LCD control panel, clear display of operational functions

Recirculation product line

Filter and membrane access – removable back panel, machine disassembly not required

Certified to UL 61010-1, IEC 61010-1, CAN/CSA C22.2 No: 61010-1, IEC 61326-1

FDA approved 510(K) Medical Device

Must be designed to meet AAMI-Grade water standards according to ANSI/AAMI 13959 standards

Leak Detection System

Maximum Product Flow Rate at 77°F       Up to 0.4 gpm (1.5 lpm)

Inlet Temperature                                           40-104°F (4-40°C)

Inlet Pressure (Dynamic)                               Minimum: 5 psi (0.34 bars)          Maximum: 120 psi (8.3 bars)

Inlet Water Flow/Water Feed                     Minimum: 1.5 gpm (5.7 lpm)

Drain Capacity                                                   Minimum 2.0 gal/min

Total Hardness  < 10 grains (pH dependent)

Silt Density Index (SDI)  < 5

Total Chlorine    < 0.1 ppm

CART:

Rust-proof and corrosion resistant. Aluminum frame, including built-in rubber bumper guard

Large 6” dual swivel casters with locking features

Rear directional locking casters with integrated braking mechanism

Centrally located monitoring area that features pressure and temperature gauges, and sample ports with drip tray

Includes booster pump for low-pressure inlet situations

Open design to allow for easy access to filter and other areas of maintenance

Complies with ETL Tip and Threshold Testing Standards, and meets and adheres to the latest ANSI, AAMI, ISO Standards

provides hose and cord management options

All-in-one water treatment delivery system

Brand Name or Equal:  

Evoqua W3T578738 Kit, Booster, MHX/WRO, Rover Family

Includes booster pump for low-pressure inlet situations

System Design

Small footprint for ease of use in vicinity of patients without interrupting patient care due to limited space in patient area

Includes installation and start up

System orientation provided

Delivery:   Fargo VA Health Care System

                    2101 N. Elm St

                    Fargo, ND 58102

      

            

NOTICE TO ALL RESPONDENTS:

The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service/support pass through to the VA customer in totality. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 

DISCLAIMER AND ADDITIONAL NOTICES:

Responses may be used as research to better understand the marketplace or for creating a potential future acquisition.  Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this or future information requests.

AT THIS TIME NO SOLICITATION EXISTS.  (DO NOT REQUEST A COPY OF THE SOLICITATION).

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.

No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)

People

Points of Contact

Becky De Los SantosPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 27, 2026
PORTABLE REVERSE OSMOSIS | GovScope