W046--FY26 Monochloramine Generator Lease and Maintenance- Bath/Canandaigua
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 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. This is a Firm Fixed-Price requirement, set aside for Small Business. Offers are due by February 24, 2026.
Scope of Work
This opportunity requires 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: Bath (50-60 GPM treated water, 3-7 GPM supply water); Canandaigua (550-575 GPM treated water, 3-7 GPM supply water).
- 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.
- Personnel must be trained and certified by WQA or AWT.
- Vendor is responsible for operation, repair, control, and maintenance, including all consumables and chemistry.
- A detailed plan for timeline commitment to change out units and secondary disinfection is required.
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ).
- Period of Performance: April 1, 2026 – March 30, 2027 (Base Period), with four (4) one-year option periods, not exceeding five years total.
- NAICS Code: 561210 – Facilities Support Services (Small Business Size Standard: $47 Million).
- Set-Aside: Small Business.
- Offers Due: February 24, 2026, at 12:00 PM EST.
- Requests for Information (RFI) Due: February 17, 2026, at 12:00 PM EST.
- Solicitation Posted: February 10, 2026.
Evaluation
Award will be based on an evaluation of Technical Capability, Experience, and Price.
- A technical capability statement (maximum 20 pages) is required, 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 all option periods.
Additional Notes
- Prospective offerors must be registered in the System for Award Management (SAM) at the time of quote submission.
- Quotes and RFIs must be submitted via email to Leia.Labruna@va.gov.
- Wage Determinations (No. 2015-4161 for Ontario and Steuben counties, NY) are applicable and crucial for labor cost calculations, outlining minimum wage rates and fringe benefits under the Service Contract Act.
- Supplemental insurance requirements include specific minimum coverage for Workers' Compensation, General Liability, and Automobile Liability.