PORTABLE REVERSE OSMOSIS FOR FARGO ND
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), Network Contract Office 23, is seeking a Portable Reverse Osmosis (RO) System for the Fargo VA Medical Center's Dialysis unit in Fargo, ND. This is an Unrestricted, Brand Name or Equal combined synopsis/solicitation (RFQ 36C26326Q0493). The government intends to award a single, firm-fixed-price purchase order. Offers are due April 3, 2026, at 10:00 AM CT.
Scope of Work
The requirement is for the purchase, delivery, and installation of a new portable RO water purification system. Key features include:
- System: Fully integrated endotoxin removal filter, multi-stage filtration (carbon, RO, ultra-filtration), heat disinfection (no chemicals), easy-to-use controls, and a color touch screen LCD panel. It must prevent RO shutdown with low inlet PSI, provide continuous hot water, and include a leak detection system.
- Performance: Max product flow rate up to 0.4 gpm (1.5 lpm) at 77°F, inlet temperature 40-104°F, inlet pressure 5-120 psi, minimum inlet water flow 1.5 gpm, and minimum drain capacity 2.0 gal/min.
- Cart: Rust-proof, corrosion-resistant aluminum frame with bumper guard, 6” dual swivel casters (locking), rear directional locking casters with integrated braking, a centrally located monitoring area, and an integrated booster pump for low-pressure inlet situations.
- Compliance: Must be certified to UL 61010-1, IEC 61010-1, CAN/CSA C22.2 No: 61010-1, IEC 61326-1, FDA 510(K) Medical Device, and meet AAMI-Grade water standards (ANSI/AAMI 13959).
- Installation: Assembly and validation must be performed by a vendor service-trained representative. The contractor is responsible for including all necessary parts for successful installation.
Contract Details
- Contract Type: Firm Fixed Price, Single Award Purchase Order.
- Set-Aside: Unrestricted.
- NAICS Code: 339112 (Medical And Surgical Instruments, Equipment, And Supplies) with a 1000-employee size standard.
- Delivery: FOB Destination to Fargo Health Care System Warehouse, 2101 N Elm St., Fargo, ND 58102, within 60 days After Receipt of Order (ARO). Delivery times are M-F, 7:30 am to 3:30 pm.
- Buy American Act: Applies. Offerors must complete and submit the 52.225-2 Buy American Act Certificate, indicating the country of origin for each line item.
- SAM Registration: Required at the time of quote submission and award.
Submission & Evaluation
- Questions Due: March 31, 2026, 10:00 AM CST. Email questions with "Technical Questions – Solicitation 36C26326Q0493" in the subject line.
- Offers Due: April 3, 2026, 10:00 AM CT.
- Submission Method: Email offers to Becky.delossantos@va.gov with "Quote – Solicitation 36C26326Q0493" in the subject line.
- Evaluation: The government intends to award without discussions, based on a group evaluation of all line items. Evaluation factors include Technical (completeness, clarity, organization) and Price. Partial offers are not accepted.
- Offer Acceptance: Offers must be valid for 180 calendar days.
Additional Notes
A joint inspection with the COR will be conducted upon delivery. Privacy training may be required for contractor personnel working in areas with sensitive Veteran information.