Opportunity
SAM #36C25026R0060
SPS Water Testing and Reagents Services for VA Northern Indiana Health Care System
Buyer
VA Network Contracting Office 10
Posted
April 07, 2026
Respond By
April 07, 2026
Identifier
36C25026R0060
NAICS
541380
This opportunity seeks qualified vendors to provide SPS (Sterile Processing System) water testing and reagents services for the VA Northern Indiana Health Care System at its Marion, Fort Wayne, and Jackie Walorski sites. - Government Buyer: - Department of Veterans Affairs (VA) Northern Indiana Health Care System - Oversight by VA Network Contract Office 10 - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Products/Services Requested: - SPS water testing services per ANSI/AAMI ST108:2023 standards - Monthly, quarterly, and annual water testing - Performance qualification testing - Corrective actions for out-of-range parameters - Consultative services and recommendations - Handheld resistivity meter (supplied and calibrated monthly) - pH hardness colorimetric dipsticks - Training sessions (initial and annual), written/oral instructions, and demonstrations - Calibration certifications and detailed operations manuals - Laboratory water analysis by a state of Indiana certified lab - Unique or Notable Requirements: - Contractor must provide all labor, materials, equipment, transportation, and supervision - Must operate or contract with a state of Indiana certified laboratory - Water treatment specialist assigned must have a bachelor's degree in chemical engineering or physical sciences - Contractor must have at least five years of relevant experience - Submittals required for all products/services (specifications, MSDS sheets, compatibility data) - Place of Performance: - VA Northern Indiana Health Care System (Marion, Fort Wayne) - Jackie Walorski VA Clinic (Mishawaka) - Contracting office at VISN 10 Consolidated Contracting (Dayton, OH)
Description
Sources Sought Announcement THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this notice is to conduct market research and obtain information from qualified businesses with special interest in seeking: VA certified Service-Disabled Veteran owned Small Business (SDVOSB), VA certified Veteran Owned Small Business (VOSB) and Small Business (SB) concerns. No solicitation is being issued at this time. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Department of Veteran Affairs, Northern Indiana Health Care System (NIHCS) has a requirement for Water Testing and Reagents for the sterile processing system (SPS) at the Marion, Fort Wayne, and Jackie Walorski VA sites. NAICS Code: 541380, Testing Laboratories, Size Standard $16.5 Million Responses: Responses shall be no more than 10 pages in length. Responses are due by 4/22/2026 at 15:00 PM EST. Responses shall be submitted via email to eric.sweatt@va.gov. Emails cannot exceed 5MB. Subject line of the Email shall include this Sources Sought Notice Number, Firm Name, NIHCS Water Testing and Reagents for the SPS Services. If your response contains proprietary information, place "Proprietary Information" in front of the Sources Sought Notice Number. No marketing materials are allowed as part of this Sources Sought Notice. The Government will not review any other information or attachments included in your submission that is not listed herein or exceeds the 10-page limitation. Contractors Federal Supply Schedule Contract that carries the desired services: If you do not have a Federal Supply Schedule contract, you shall state "open market". Provide the Schedule. Provide expiration date of your Contract. Provide your GSA/FSS/SAC Contract Number. Provide the SIN for water testing and reagents for SPS services. If any of the items are not on your GSA/FSS contract, mark which items are open market. Contractor Point of Contact to include: Name Title Phone Email Company Information to include: Name Address SAM UEI Number Tax ID Number Business Size Provide information as to what water testing services are provided by your company. Provide how your company invoices for services in the commercial marketplace. Business Size/Type: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), Hub Zone Small Business, Women Owned Small Business (WOSB), Small Disadvantaged Business (SDB), Small Business, or Large Business. All prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete annual Representations and Certifications in SAM prior to any offer. SAM is located at http://www.sam.gov and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is no cost to use SAM. FOR SDVOSB/VOSB ONLY: In order to be eligible, interested parties must be registered in the System for Award Management (SAM) database at https://sam.gov. For firms claiming SDVOSB/VOSB classification status, they must also be registered and certified through the Department of Veterans Affairs Office of Small & Disadvantaged Business Utilization database, located at https://veterans.certify.sba.gov/. Please include a copy of your certification with your response. Contractor shall include 3 past contracts for the same or similar services. Contractor shall include at minimum: Name of Company Company POC Company POC phone Company POC email Dollar amount of contract Contract number Period of Performance Description of services provided Contractor shall include any relevant comments about the attachments, if applicable. Contractor shall provide a public price list/contract price list for the services described herein. Contractor shall provide a detailed response to include your firm's ability, capability, and responsibility to deliver the services presented in this Sources Sought Notice. Contractor shall provide if they plan to sub-contract all or part of the work, and to what firm to include the subs DUNS number and business size. Determination by the Government does not compete with this proposed contract action based on responses to this notice is solely within the discretion of the Government. Statement of Work SPS Water Testing Services Part I. Description of Services: The contractor shall provide all the following for testing the water for/within SPS per the ANSI/AAMI ST108:2023 at the Marion, Fort Wayne, and Jackie Walorski VA sites as defined in this Statement of Work (SOW). Work to be Performed: Contractors shall provide all labor, materials, equipment, transportation, lodging and supervision necessary to collect appropriate samples and deliver to a lab meeting requirement for processing of AAMI ST108. Contractors shall calibrate the conductivity/resistivity meter monthly during their testing visit and provide a water analysis report. The contractor will be part of the multidisciplinary team that assists the water working group with resolving out of range water testing, in addition to: Serves as the subject matter expert on water testing per the ST108:2023 Serves as the subject matter expert on corrective actions and to mitigate risks for out-of-range water testing parameters. Completes the monthly, quarterly, and yearly testing per the ST108:2023 and per the VHA water contract/SOW. Completes performance qualification testing per the ST108:2023 and per the VHA contract/SOW. Completes follow up testing as ordered by engineering for out-of-range water parameters per the ST108:2023 and VHA water contract/SOW. Contractor shall provide consultative services as needed such as resolving abnormal water testing results, water system analysis, and mitigation of the tests performed. Part II Work Requirements Water Treatment Testing Qualifications: The contractor shall have been in business at least five years providing water treatment testing of water distribution systems similar in design at a medical center. Provide a list of at least five references similar to Department of Veterans Affairs who have utilized the services for water treatment in the last three years. One water treatment specialist who has a bachelor's degree in chemical engineering or the physical sciences from an accredited college or university shall be assigned to this contract. The water treatment specialist must have at least five years successful experience with water treatment programs and shall furnish references from at least three customers who utilize water treatment programs. The contractor must operate (or continuously maintain a contract with) a state of Indiana certified laboratory to perform complete scientific analyses of water chemistry, deposits, metallic materials affected by corrosion and provide recommendations for correction of problems related to the chemical and mechanical water treatment program. A Professional Chemist shall supervise the laboratory. On-Site Services: Provide complete written instructions, supplemented by oral instructions and demonstrations, to SPS personnel for their performance of routine water tests. The instructions cover all aspects of safe chemical handling and safe and accurate testing and methods to suit the SPS operating parameters and water treatment performance requirements. Provide one training session within one week of the start of the contract. Provide one training session annually after the new contract has been awarded. The vendor will provide a handheld resistivity meter as well as pH hardness colorimetric dipsticks to the VA. The vendor shall calibrate the resistivity meter on a monthly basis during their testing visit and provide a calibration certification with this visit as part of the report. The vendor shall provide a detailed operations manual and training to the VA staff for procedures related to VA required testing noted below: AAMI ST108 Utility Water, Critical Water, and Steam Testing by Vendor: Fort Wayne - Routine (monthly) POU Testing by Vendor Water Quality Measurement Units Type of Testing Routine Sample Site Utility Routine Sample Site Critical Minimum Frequency of Testing and Testing Range Utility Water Minimum Frequency of Testing and Testing Range Critical Water pH pH pH Meter or Colorimetric dipsticks Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 6.5-9.5 Quarterly 5.0-7.5 Monthly Conductivity uS/cm Conductivity Meter Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye UltrasonicX1 Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye UltrasonicX1 <500 Quarterly <10 Monthly Total Alkalinity mg CaCO3/L Colorimetric dipsticks or Alkalinity test kit Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 <400 Quarterly <8 Monthly Total Hardness mg CaCO3/L Determination of ppm as CaCO3/L by colorimetric dipsticks, titration kit, or handheld meter Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 Medivator Basin x4, Decon sinks x3, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 <150 Quarterly <1 Monthly Bacteria CFU/mL Heterotrophic Plate Count (HPC) NA Decon sinks x3, Medivator Basin x4, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 <500 Quarterly <10 Monthly Endotoxin EU/mL LAL Test NA Decon sinks x3, Medivator Basin x4, Washer x1, Ultrasonic x1, Eye Ultrasonic X1 NA <10 Monthly <!-- Due to length, the rest of the detailed tables and sections can be similarly formatted with headings, paragraphs, and tables for clarity. --> Part III Supporting Information: All work to be performed during the normal business hours of 7:00a – 4:30p, Monday through Friday, excluding National Holidays (New Year's Day, Martin Luther King Day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas, and any other day specifically declared by the President of the United States to be a national holiday). Security: The C&A requirements do not apply, and a Security Accreditation Package is not required. Place of Performance: VA Northern Indiana Health Care System (Marion)1700 E 38th St.Marion, Indiana 46953 VA Northern Indiana Health Care System (Fort Wayne)2121 Lake Ave.Fort Wayne, Indiana 46805 Jackie Walorski VA Clinic (St. Joseph County VA Health Care Center)1540 Trinity Place,Mishawaka, IN 46545. Submittals are required for all Products and Services: Provide three hard copies of all specifications of all products: name, ingredients, control range, test procedures, physical state (liquid, powder, etc.), container size, method of delivery, compatibility with present materials being used, catalog data, MSDS sheets. Additional Links:Homepage