REVERSE OSMOSIS MAINTENANCE IOWA CITY VAMC
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 23 Contracting Office, is conducting market research through a Sources Sought notice for Reverse Osmosis Maintenance Services at the Iowa City VA Healthcare System in Iowa City, IA. This is not a solicitation, but an effort to identify capable businesses for a potential future acquisition. Responses are due by 10:00 AM CST on May 4, 2026.
Purpose
This Sources Sought notice (VA Number: 36C26326Q0589) aims to gather information on qualified business sources capable of providing comprehensive maintenance and testing for the reverse osmosis water purification system at the Iowa City VA Healthcare System. The information collected will help the government understand the marketplace and inform a potential future acquisition, including considerations for the Buy American Statute and Trade Agreement Acts.
Scope of Work
The contractor will be responsible for providing all management, labor, transportation, tools, supplies, and equipment necessary for the maintenance and testing of the reverse osmosis (RO) water purification system. This includes ensuring compliance with AAMIST-108 for critical and utility water. Key tasks involve:
- Scheduled preventive maintenance, including bacterial, endotoxin, and water quality testing (pH, conductivity, total alkalinity, total hardness) for critical, utility cold, and utility hot water systems.
- Developing and providing a custom-configured data collection tool.
- Immediate notification to ICVAHCS of data outside engineered limits and provision of written corrective action plans.
- Generating a Field Service Report (FSR) after each scheduled maintenance visit.
- Maintaining clean service areas and restoring them to original condition post-service.
Period of Performance
The anticipated contract structure includes a Base Year from September 1, 2026, to August 31, 2027, followed by four (4) Option Years, extending through August 31, 2031.
Key Requirements & Standards
- Personnel Certifications: Technicians must be NASED-certified.
- Equipment: Calibration equipment must meet ANSI standards.
- Reporting: Written service reports detailing services, parts, defects, technician, equipment, and location are required after each visit.
- Security: Contractor personnel must wear visible Contractor Badges issued by FM and may be escorted by VA staff.
- Safety: Compliance with all federal, state, and local laws, including OSHA standards, and implementation of an Occupational Safety and Health Plan. Accidents must be reported within 24 hours.
- Records Management: Compliance with Federal Records Act and NARA regulations; completion of ICVAHCS-provided records management training.
Response Instructions
Interested parties must submit their responses no later than 10:00 AM CST on May 4, 2026, via email to Becky.DeLosSantos@va.gov. The email subject line must include the VA Number: 36C26326Q0589.
- Required: Complete and submit Attachment 1 (Sources Sought form), which requests company information (name, UEI, address, contact, business size, socioeconomic status, domestic/foreign status) and product information (U.S. origin of gases and cylinders).
- Optional: Include a capabilities statement and other company literature.
- Questions: Questions may be submitted but will not be answered at this time; they will be used to refine the Statement of Work for any future solicitation.
Important Notes
This is strictly for market research; no solicitation exists at this time. Responses are voluntary, and no reimbursement will be made for associated costs. The government is not obligated to award a contract. Do not include proprietary, classified, confidential, or sensitive information in your response.