Q301--Legionella Water Sample Testing Services for the Minneapolis VA Health Care System
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 Contracting Office 23, is soliciting proposals for Legionella Water Sample Testing Services and Dental Water Line Samples at the Minneapolis VA Health Care System. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The contract is an Indefinite Quantity (IDIQ), Firm-Fixed-Price agreement with an estimated value of $19 Million. Offers are due March 3, 2026, at 16:00 CST.
Scope of Work
The contractor will provide comprehensive water sample testing services. This includes Legionella testing from various locations (sinks, showers, ice machines, cooling towers, outdoor fountains) on a quarterly basis, with non-routine sampling required within 24 hours. Parameters like water temperature, residual biocide, and pH must be documented. Additionally, dental waterline testing for heterotrophic bacteria is required quarterly for each waterline, with non-routine sampling within two business days. The testing laboratory must be certified by the CDC ELITE program and possess environmental microbiology accreditation (EMLAP or NELAP) for Legionella, and A2LA accreditation for dental waterline testing. Analytical reports must be submitted via email within 15 days for Legionella and 10 days for dental samples. The requirement for non-routine sampling within 24 hours is considered reasonable by the VA.
Contract & Timeline
- Contract Type: Firm-Fixed-Price, Indefinite Quantity (IDIQ)
- Period of Performance: March 15, 2026 – March 14, 2031 (Base + 4 option periods)
- Estimated Value: Approximately $19,000,000
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 541380 – Testing Laboratories and Services (Size Standard: $19 Million)
- Offer Due Date: March 3, 2026, at 16:00 CST
- Published Date: February 26, 2026
Evaluation
Award will be made using the Lowest Price Technically Acceptable (LPTA) process. Offers will be evaluated on both Price and Technical factors. Technical acceptability requires meeting all minimum requirements, including providing current accreditation certificates for the testing laboratory. The prime contractor itself does not need to be accredited, but the testing laboratory used must be.
Additional Notes
Offerors must submit proposals electronically via email to theresa.thunder@va.gov in Microsoft Word or Adobe PDF format. Required documents include a completed SF 1449, Price/Cost Schedule, FAR provision 52.212-3, Limitations on Subcontracting Certificate, and technical documentation. All interested parties must be registered in SAM.gov. The incumbent contractor is Hyperion Biotechnology, Inc. Specific testing locations and quantities are detailed in Attachments A, B, and C. VHA Directive 1061, outlining Legionella prevention policy, is also provided. Telephone inquiries will not be accepted; all questions must be submitted in writing to the Contracting Specialist.