W046--FY26 Monochloramine Generator Lease and Maintenance- Bath/Canandaigua
SOL #: 36C24226Q0311Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States
Place of Performance
Bath, England, United Kingdom
NAICS
Facilities Support Services (561210)
PSC
Lease Or Rental Of Equipment: Water Purification And Sewage Treatment Equipment (W046)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 9, 2026
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Feb 24, 2026, 5:00 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), Network Contracting Office (NCO) 2, is soliciting quotes for the lease and maintenance of Monochloramine Generator Systems for secondary water disinfection at the Bath VA Medical Center and Canandaigua VA Medical Center in New York. This is a Small Business Set-Aside under a Firm-Fixed-Price contract. Quotes are due February 24, 2026.
Scope of Work
This requirement involves the lease and monthly preventative maintenance of one Monochloramine Generator System at each of the two VA Medical Centers. Key requirements include:
- Systems must maintain target Monochloramine concentrations of 1.5 to 3.5 parts per million (ppm).
- Specific flow rates for treated water (Bath: 50-60 GPM; Canandaigua: 550-575 GPM) and supply water (3-7 GPM).
- Compliance with NSF/ANSI 61, 60, and 372 standards.
- Provision of a remote monitoring system with 24/7 alarm functionality.
- Vendor technicians must provide service within two (2) hours of notification and be certified by WQA or AWT.
- Vendor is responsible for the operation, repair, control, and maintenance of the systems, including all consumables and chemistry.
- A detailed plan for timeline commitment to change out units and secondary disinfection is required.
Contract Details
- Type: Firm-Fixed-Price Request for Quotation (RFQ)
- NAICS Code: 561210 (Facilities Support Services)
- Size Standard: $47 Million
- Product/Service Code: W046 (Lease Or Rental Of Equipment: Water Purification And Sewage Treatment Equipment)
- Period of Performance: April 1, 2026 – March 30, 2027 (Base Period), with four (4) one-year option periods, not to exceed five years total.
- Set-Aside: Small Business
Submission & Evaluation
- Offers Due: February 24, 2026, at 12:00 PM EST.
- Quotes Submission: Via email to Leia.Labruna@va.gov.
- Requests for Information (RFI) Due: February 17, 2026, at 12:00 PM EST (in writing).
- Evaluation Factors: Technical Capability, Experience, and Price.
- Required Documents: A technical capability statement (maximum 20 pages) demonstrating understanding of the Statement of Work, risk identification, and personnel qualifications. Past performance will be evaluated. Pricing will be evaluated on a total price basis, including option periods.
- Registration: Prospective offerors must be registered in the System for Award Management (SAM) at the time of quote submission.
Additional Notes
- The solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov.
- Supplemental insurance requirements, including specific minimum coverage for Workers' Compensation, General Liability, and Automobile Liability, are applicable.
- Wage Determinations for New York counties (including Livingston, Monroe, Ontario, Orleans, Wayne, Genesee, Schuyler, Seneca, and Steuben) apply, requiring adherence to specified minimum wage rates and fringe benefits under the Service Contract Act.
People
Points of Contact
Leia I LabrunaContract SpecialistPRIMARY