Reverse Osmosis and Deionized Water System Service

SOL #: 36C25026Q0180Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Cincinnati, OH

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Water Purification And Sewage Treatment Equipment (J046)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 16, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
Apr 25, 2026, 2:00 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.

Quick Summary

The Department of Veterans Affairs (VA), specifically the Cincinnati VAMC, requires services for the maintenance and repair of Reverse Osmosis (RO) and Deionized (DI) water systems used in its renal clinic hemodialysis equipment. This is a Combined Synopsis/Solicitation for a service contract. Proposals are due April 25, 2026.

Scope of Work

The contractor will provide comprehensive service and maintenance for a Mar Cor CWP and four Mar Cor portable RO machines. Key services include:

  • Preventive maintenance, parts, labor, and emergency repairs.
  • Technical telephone assistance and expert supervision.
  • Monthly Performance Maintenance Service (PMS) visits, including inspection and system checks.
  • Replacement of carbon tanks, exchange tanks, filters, and worn/failed parts.
  • Monthly LAL and bacteria water sampling and reporting.
  • Semi-annual AAMI required analysis on distribution loop and Millenium portable RO machines.
  • Annual AAMI required analysis on city water.
  • Annual on-site facility staff training (8 hours).
  • All work must be performed by OEM certified technicians using OEM certified parts and adhere to OEM manuals to maintain FDA 510K certification.
  • Response times: 8 hours for urgent issues, 12 hours for non-urgent, and 30 hours for issue resolution.

Contract & Timeline

  • Contract Type: Services Contract (Combined Synopsis/Solicitation)
  • Period of Performance: Base period from March 5, 2026, to March 4, 2027, with four option periods extending through March 4, 2031.
  • Set-Aside: Small Business (NAICS Code: 811310, Size Standard: $12.5 Million)
  • Proposal Due: April 25, 2026, 2:00 PM Z
  • Published: April 13, 2026

Evaluation

Award will be based on price alone. Technical and past performance are not applicable. Proposals must be submitted via email to Brian.Rosciszewski@VA.gov.

Additional Notes

  • The Service Contract Act (SCA) Wage Determination (No. 2015-4719, Revision 31) for Hamilton County, OH, applies, dictating minimum wage rates and fringe benefits. Bidders must ensure compliance.
  • DI tanks must be rented from Mar Cor. Mar Cor/Evoqua are considered the same entity.
  • OEM part numbers in the SOW may not be accurate and should not be used for pricing.
  • Invoices are to be submitted electronically via the VA's approved payment processing system.

People

Points of Contact

Brian RosciszewskiPRIMARY

Files

Files

Download
Download
Download

Versions

Version 3
Award Notice
Posted: Apr 14, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 16, 2026
View
J046--Reverse Osmosis and Deionized Water System Service | GovScope