Opportunity
SAM #36C24526Q0448
VA Maryland Health Care System Water Treatment Chemical Supply & Support Contract
Buyer
VA Network Contracting Office 5
Posted
April 14, 2026
Respond By
April 24, 2026
Identifier
36C24526Q0448
NAICS
221310, 325998, 424690, 541380
The Department of Veterans Affairs is seeking vendors for a five-year water chemical supply and support contract across three major VA Maryland Health Care System sites: Perry Point, Baltimore, and Loch Raven VA Medical Centers. - Scope of Work: - Supply of water treatment chemicals for HVAC, boiler, cooling tower, and potable water systems - Technical support, preventive maintenance, and operator training for VA staff - Regular Legionella testing and laboratory analysis in compliance with CDC and Cooling Technology Institute standards - Key Chemicals Requested: - Sodium bisulfite oxygen scavenger (25-40% alkaline catalyzed) - Sodium hydroxide alkalinity treatment (25% active) - Neutralizing amines blend (DEAE, Cyclohexylamine, Morpholine) - FlexPro advanced polymer treatment (halogen stable technology) or approved equal - Stabilized liquid bromine (oxidizing biocide) - Isothiazoline (4% non-oxidizing biocide) or 50% Gluteraldehyde - USALCO DELPAC 2020 coagulant or approved equal (NSF approved, MDE recognized) - Services Required: - Monthly and quarterly Legionella testing (36 tests per year at Perry Point) - Routine water treatment and testing for Baltimore VAMC (air-cooled towers, closed-loop systems) - Preventive maintenance, chemical application, and operator training (minimum 4 hours) - Notable Requirements: - ISO-9000 certification, OSHA and HAZWOPER certifications, and factory certification for Walchem microprocessors - Extensive contractor experience and laboratory capabilities - Compliance with ASHRAE, OSHA, CDC, and Cooling Technology Institute standards - Place of Performance: - Perry Point VA Medical Center - Baltimore VA Medical Center - Loch Raven VA Medical Center - Contract Structure: - Five-year contract (base year plus four option years) - Monthly service and regular Legionella testing throughout the contract period
Description
Department of Veterans Affairs NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for Loch Raven, Baltimore, and Perry Point VA Medical Centers. Please respond to this RFI/Sources Sought 36C24526Q0448 with your: Business name (including Unique Entity ID (SAM.gov)) Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.) Person of contact (including telephone number & email address) Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) Brief Summary of categories of services that your company can/cannot provide Certification(s) / Licenses for meeting the local requirements to provide these services at the Huntington VAMC (if applicable) Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be received by Friday 4/24/2026 @ 11:00 AM EST. Responses to the information requested above must be submitted via email to William.Galletta@va.gov SCOPE OF WORK VAMC WIDE CHEMICAL SUPPLY & SUPPORT CONTRACT PPVAMC, BAVAMC, LRVAMC Background Information: This is a New Contract effort to serve all three major VAMHCS Sites which includes Perry Point VAMC, Baltimore VAMC, and Loch Raven VAMC. The purpose of such is to provide Chemicals necessary for the functioning of HVAC Equipment, Legionella prevention, and exclusive to Perry Point Water Treatment Chemicals. The Statement of Work below identifies each site's needs by different CLINs known as Contractor Line-Item Numbers with descriptive information regarding that CLINs purpose for the specific site. Although billed through different 2237 allocations, the contract is holistic in nature such that the winning bidder serves the different needs of all 3 campuses. Needs Specific to Perry Point VAMC PERRY POINT BOILER WATER CHEMICAL & COOLING TOWER TREATMENT SERVICES A. Chemical Water Treatment Vendor will provide services and products which are approved for this specific application. This is a need-based service, varied price maintenance, repair, and technical support agreement. For the boiler plant, Vendor will provide a 25-40% alkaline catalyzed sodium bisulfite oxygen scavenger to remove dissolved oxygen from the feed water and boiler water which leads to pitting of system metallurgy. Vendor will also provide advanced polymer treatment, 25% active sodium hydroxide alkalinity treatment to help prevent deposition of minerals on the boiler heat transfer surfaces. Vendor will provide a triple blend of neutralizing amines (DEAE, Cyclohexylamine, and morpholine) to neutralize the carbonic acid that naturally forms when steam condenses to a liquid. This is required to protect return line metallurgy from corrosion and premature failure. The vendor will also provide FlexPro advanced polymer treatment with halogen stable technology or approved equal for the condenser water systems to protect the condenser water systems from corrosion and scaling. Vendor will provide an oxidizing biocide stabilized liquid bromine and a non-oxidizing biocide consisting of 4% isothiazoline to control and protect the systems from microbiological organisms in accordance with ASHRAE, OSHA, CDC, and COOLING TECHNOLOGY INSTITUTE standards for Legionella Risk Minimization. They will provide legionella testing on all four cooling tower systems every 90 days. The testing will include three samples per system and shall be taken from the cooling tower sump, inlet to the condenser, and outlet from the condenser. A total of (36) legionella tests shall be included in the proposal. Legionella tests must be sent to a third-party independent laboratory that follows CDC Environmental Techniques Evaluation (ELITE) protocol. <!-- Additional content continues similarly, formatted with appropriate HTML tags for clarity and readability --> Additional Links: VA