Reverse Osmosis and Deionized Water System Service
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 Cincinnati VAMC, is soliciting proposals for Reverse Osmosis and Deionized Water System Service. This Small Business Set-Aside opportunity requires comprehensive service and maintenance for hemodialysis equipment, including a Mar Cor CWP and four portable RO machines. Proposals are due January 29, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide preventive maintenance, parts, labor, intervening service calls/emergency repairs, technical telephone assistance, and expert supervision. Key requirements include:
- Services performed by OEM certified technicians using OEM certified parts.
- Adherence to OEM manuals and instructions to maintain FDA 510K certification.
- Monthly Performance Maintenance Service (PMS) visits, including LAL and bacteria water sampling and reporting.
- Semi-annual AAMI required analysis on distribution loop and portable RO machines; annual AAMI analysis on city water.
- Regular replacement and rebedding of filters, tanks, and membranes (e.g., RO pre/post filters, carbon tanks, softener resin tanks).
- Annual on-site facility staff training (8 hours).
- Urgent issues require on-site response within 8 hours, non-urgent within 12 hours, with resolution within 30 hours.
Contract Details
- Contract Type: Service Contract (Combined Synopsis/Solicitation)
- Period of Performance: A base period from March 5, 2026, to March 4, 2027, with four additional one-year option periods, extending through March 4, 2031.
- Set-Aside: Small Business
- NAICS Code: 811310 (Size Standard: $12.5 Million)
- Place of Performance: Cincinnati VAMC, Cincinnati, OH 45220.
Submission & Evaluation
- Proposals Due: January 29, 2026, 10:00 AM EST.
- Submission Method: Email only to Brian.Rosciszewski@VA.gov.
- Evaluation Criteria: Award will be based on price alone. Technical and past performance are not applicable.
Additional Notes
Bidders must consider the U.S. Department of Labor Wage Determination (No. 2015-4719, Revision 31) for Service Contract Act (SCA) requirements, which dictates minimum wage rates and fringe benefits for various occupations in Ohio. This determination is crucial for accurate proposal pricing and compliance. OEM part numbers are subject to change and should not be used for pricing. Contractors must have access to OEM manuals and submit technician certifications.