36C24926Q0204 'Base + 2' Water Analysis Service Contract (Eng.)
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) is soliciting quotes for Water Analysis Services at the Robley Rex Veterans Affairs Medical Center (VAMC) in Louisville, KY. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The contract will be a Firm-Fixed-Price award, with an estimated value of approximately $19 Million, covering a base period and two option years. Quotes are due May 15, 2026, by 4:00 PM EST.
Scope of Work
The contractor will provide comprehensive water safety management services, including routine sampling and testing for waterborne pathogens like Legionella. Key services include:
- Potable Water Testing: Quarterly Legionella validation testing (ISO spread plate, potentially PCR) at 20 points per building, with results within 10-14 days.
- Chiller Plant Cooling Tower Testing: Quarterly Legionella testing and bi-weekly Heterotrophic Plate Count (HPC) testing, with results within 10-14 days for Legionella and 2-5 days for HPC.
- Sterile Processing Water Testing: Monthly critical water sampling and quarterly utility water analysis, with results within 5 days for critical water and 10-14 days for utility water.
- Emergent Retests: Rapid response testing (PCR, dipslide, ISO spread plate) for positive Legionella samples.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: Base ordering period from April 22, 2026, through September 30, 2026, with two additional one-year ordering periods contemplated.
- Estimated Value: Approximately $19 Million.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB).
- NAICS Code: 541380.
Key Requirements & Qualifications
- Laboratories must be certified by recognized bodies (e.g., NELAP, A2LA) and demonstrate proficiency in Legionella testing (CDC ELITE or PHE EQA).
- Personnel must undergo competency evaluations.
- Compliance with all Federal, State, and local laws, VA policies, and security management programs.
Submission & Evaluation
- Questions Due: May 13, 2026, by 8:00 AM EST, via email to Daphne.Stewart@va.gov.
- Quotes Due: May 15, 2026, by 4:00 PM EST, via email to Daphne.Stewart@va.gov.
- Submission Requirements: Quotes on company letterhead, including Price/Cost Schedule, proposed delivery time, SAM UEI, ORCA document, completed FAR 52.212-3, a separate narrative on technical ability, and signed VAAR 852.219-75 (Limitations of Subcontracting) and VHA/Local Business Associate Agreement (BAA). Quotes are limited to 5 attachments and 25 pages.
- Evaluation Factors: Technical (most significant), Price, and Past Performance. Award will be made to the responsible offeror whose offer is most advantageous to the Government.
Important Notes
- Offerors must be registered in the System for Award Management (SAM) and have completed the Online Representations and Certifications Application (ORCA). SDVOSBs must also be registered in the Dynamic Small Business Search (DSBS) database prior to award.
- The VAAR 852.219-75 clause on Limitations on Subcontracting requires SDVOSBs to certify that they will not pay more than 50% of the contract amount to non-VIP-listed SDVOSBs or VOSBs for services.
- A Wage Determination (2015-4717, Rev. 32) is applicable, outlining minimum wage rates and fringe benefits for various occupations in specified Kentucky and Indiana counties.