Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
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 Defense Health Agency (DHA) HCD WEST is soliciting quotes for service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego (NMCSD). This is an unrestricted, Firm-Fixed-Price (FFP) procurement, inviting full and open competition. The objective is to ensure critical water quality parameters meet AAMI ST-108 standards for the Ophthalmology Department. Quotes are due by 10:00 AM Pacific on March 10, 2026.
Scope of Work
The contractor will provide all necessary services, labor, parts, materials, and equipment for comprehensive service and maintenance of the specified water treatment and disinfection systems. This includes:
- Periodic planned maintenance, corrective maintenance, and system sanitation/flushing.
- Filter replacement, membrane inspection/replacement, antiscalant/scale inhibitor management, PAA sanitizer management, DI Polisher Resin Pack replacement, Ion Exchange Pack replacement.
- Storage tank/plumbing sanitation, distribution pump service, UV lamp/quartz sleeve maintenance, and air filter replacement.
- Initial inspection, provision of maintenance requirements, and initial sanitation/flushing with water quality testing.
- Monthly water quality testing (pH, conductivity, alkalinity, hardness, bacteria, endotoxins, color, turbidity) in accordance with AAMI ST-108 guidelines.
All services must adhere to Original Equipment Manufacturer (OEM) specifications, US, State, and Local laws and regulations, US Navy regulations, Joint Commission requirements, and AAMI standards for critical water systems.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: One base year (March 25, 2026 – March 24, 2027) with four one-year option periods, extending potentially through March 24, 2031.
- Place of Performance: Naval Medical Center San Diego, Ophthalmology Department, Building 2, 2nd Deck, 34800 Bob Wilson Drive, San Diego, CA 92134-5000.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34.0 Million.
- PSC Code: J046 (Maintenance, Repair And Rebuilding Of Equipment: Water Purification And Sewage Treatment Equipment).
Submission & Evaluation
- Submission Method: Electronic via email to isaac.a.donwillies.civ@health.mil.
- Submission Deadline: 10:00 AM Pacific on March 10, 2026.
- Evaluation Factors:
- Technical Capability (Acceptable/Unacceptable)
- Past Performance (More important than Price)
- Price
- Evaluation Basis: Past Performance Price Tradeoff (Best Value).
- Past Performance: Offerors are encouraged to submit a Past Performance Questionnaire (PPQ) with their quote, or ensure it is submitted directly to the government by October 23, 2025.
Special Requirements & Notes
- Personnel: Service personnel must be fully qualified field engineers/technicians with demonstrated proficiency.
- Security & Access: Contractors must meet security and access requirements for Naval Base San Diego, including obtaining necessary clearances and DBIDS passes.
- Compliance: Adherence to all applicable Federal, State, and local laws, DoD Information Assurance Policies, and a Drug Free Workplace is required. Compliance with FAR 52.204-24 regarding telecommunications and video surveillance services is also mandatory.
- Insurance: Liability insurance of at least $500,000 per occurrence and property damage liability insurance of at least $500,000 are required.
- Travel/Shipping: Contractor is responsible for all service-related travel expenses and shipping costs, with equipment shipment not exceeding one business day.
- Registration: Offerors must be registered in the System for Award Management (SAM).
Contact Information
- Primary Contact: Isaac Don Willies, isaac.a.donwillies.civ@health.mil, 951-348-2199.