Opportunity

SAM #36C24226Q0485

VA seeks Portable Dialysis Water Purification Systems and Training for East Orange VA Medical Center

Buyer

VA Network Contract Office 02

Posted

March 27, 2026

Respond By

April 03, 2026

Identifier

36C24226Q0485

NAICS

333310, 333318, 238220, 541690, 423450

This opportunity is for the procurement and installation of portable dialysis water purification systems at a federal medical facility. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 2 (NCO 2) - East Orange VA Medical Center, New Jersey - OEMs and Vendors: - Evoqua (also referenced as Mar Cor) - Part number: W3T591409 - Products Requested: - Three (3) EON Portable Reverse Osmosis (RO) Water Purification Systems with ROVER ALX Dialysis Water Transport System - Includes RO system, transport system, two spare carbon block filter cartridges - Technical specs: 0.4 gpm flow rate, 50% recovery rate, 65 lbs dry weight, 115/230 V, 8.5" W x 22.5" D x 24" H, pH range 2.0-11.0, inlet pressure 5-120 psi, min inlet flow 1.5 gpm, total hardness <10 grains, silt density index <5, total chlorine <0.1 ppm - Services Requested: - Installation and startup of all systems onsite - Onsite clinical training (2 days for up to 8 staff) - Onsite technical training (1 day for up to 8 staff) - System orientation (1 hour after setup) - Unique Requirements: - Minimum 12-month warranty covering parts and labor - Vendors must provide equivalent installation, training, and support if offering an "equal" product - Authorization letter from OEM required if not manufacturing the items - All products must meet or exceed salient characteristics - Place of Performance: - East Orange VA Medical Center, 385 Tremont Avenue, East Orange, NJ 07018

Description

DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this sources sought is to conduct market research to support the procurement and installation of three (3) Evoqua EON® Portable Reverse Osmosis (RO) Water Purification System with ROVER® ALX Dialysis Water Transport System Brand Name or equal for the East Orange VA Medical Center. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested equipment and services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office 02 (NCO 02) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 333310 Commercial and Service Industry Machinery Manufacturing. This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 333310. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. The Department of Veterans Affairs is seeking vendors who can provide the required water treatment system per the attached schedule. The vendors must demonstrate the ability to meet all requirements for this notice. See attached schedule. INSTRUCTIONS: Submit a brief description, no more than three (3) pages (including cover letter) that demonstrates how your company can provide the requested services that are required in the attached draft schedule. Include past experience in providing this requirement to the VA, other Government (Federal or State) agency, or for a private facility. If your firm believes it possesses an equal item, please state so in your response. Pricing is NOT required. Please specify your availability and your address. The attached schedule and salients is a draft, and is NOT finalized. If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response so they can be addressed. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the SAM UEI of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at https://search.certifications.sba.gov/. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetCert Registry (i) provide current commercial pricing for all items listed in the attached schedule and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm. Vendors shall include authorization letters from the OEM if they do not manufacture the needed items. Response is due by 16:00 EST April 03, 2026. Please submit e-mail responses to Myra Florisa N. Green, at email address: Myra.Green2@va.gov . Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION (if available), SAM UEI, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please use SS 36C24226Q0485 RESPONSE - [YOUR FIRM S NAME] Dialysis Water Transport System in the subject line of your email. This notice is to assist the VA in determining sources only.

NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these supplies or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is seeking neither quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.

Statement of Work (SOW) Background The Department of Veterans Affairs Medical Center (VAMC) East Orange, NJ requires portable dialysis water purification systems to support patient care in compliance with VA and FDA standards. Scope Supply and install three (3) EON®-ROVER® ALX kits Part # W3T591409 Brand Name or Equal. Each kit includes Evoqua EON® Portable Reverse Osmosis (RO) Water Purification System with ROVER® ALX Dialysis Water Transport System or equal. Each kit includes the RO system, transport system, two spare carbon block filter cartridges, installation, startup, and training. Salient Characteristics Maximum Product Flow Rate at 77°F: Up to 0.4 gpm (1.5 lpm) Nominal Recovery Rate: 50% Dry Weight: 65 lbs (29.5 kg) Operating Voltage: 115/230 V, 60/50 Hz, 15/7.5 amps Dimensions: Width 8.5 (21.6 cm), Depth 22.5 (57 cm), Height 24 (61 cm) pH Range: Operating 2.0 11.0; Cleaning 1.0 12.0 Inlet Pressure (Dynamic): Min 5 psi (0.34 bar), Max 120 psi (8.3 bar) Inlet Water Flow: Min 1.5 gpm (5.7 lpm) Total Hardness: <10 grains (pH dependent) Silt Density Index (SDI): <5 Total Chlorine: <0.1 ppm Training ½-day onsite clinical training for up to 8 staff. 1-day onsite technical training for up to 8 staff 1-hour System orientation immediately after setup. Place of Performance East Orange VA Medical Center 385 Tremont Avenue East Orange, NJ 07018

Delivery shall be FOB Origin. Vendor is responsible for installation and startup at VAMC East Orange, NJ. Warranty Vendor shall provide a minimum 12-month warranty covering parts and labor. Warranty excludes misuse or improper installation. Equal Product Requirements Any proposed equal product must meet or exceed all salient characteristics, include equivalent installation, training, and support services, and comply with VA dialysis water standards.

Additional Links:VA Home Page

View original listing