Opportunity
SAM #36C25626Q0660
Legionella Hyper Chlorination Remediation Services for Michael E. DeBakey VA Medical Center
Buyer
Vancouver VA Medical Center
Posted
April 14, 2026
Respond By
April 20, 2026
Identifier
36C25626Q0660
NAICS
562910, 541380
The Department of Veterans Affairs is seeking qualified vendors to provide Legionella Hyper Chlorination Remediation Services at the Michael E. DeBakey VA Medical Center in Houston, Texas. - Government Buyer: - Department of Veterans Affairs (VA), Network Contracting Office 16, Galleria Financial Center - Place of performance: Michael E. DeBakey VA Medical Center, including Fisher House 1 - Services Requested: - Comprehensive hyper chlorination remediation of potable water systems to mitigate Legionella proliferation - Includes biocide application, water system flushing, sampling, and measurement of pH, biocide concentration, and temperature - Contractor must provide all biocides, equipment, hardware, software, and certified technicians - All personnel must be certified to ANSI/AWWA C651-14 and ASSE 12080 standards - Products/Part Numbers: - No specific OEMs, products, or part numbers are named; focus is on service capability and compliance - Unique/Notable Requirements: - Strict adherence to ANSI/AWWA C651-14 protocols for disinfection of water systems - All technicians must hold ASSE 12080 certification - Contractor must be experienced in Legionella remediation and water quality testing - All work must be completed within 60 days after receipt of order - Contract Details: - Firm fixed price, single award anticipated - NAICS code: 541380 (Testing Laboratories and Services) - PSC: H146 (Quality Control, Testing, and Inspection of Water Purification and Sewage Treatment Equipment)
Description
SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION (RFI) Hyper Chlorination Remediation Services Michael E. DeBakey VA Medical Center Houston, TX DISCLAIMER: This is a Sources Sought Notice only. This notice is not a Request for Quote (RFQ), Request for Proposal (RFP), Invitation for Bid (IFB), or any form of solicitation as defined in FAR 2.101. This notice shall not be construed as a commitment by the Government to award a contract, nor does it restrict the Government s acquisition strategy. All information contained in this RFI is preliminary and subject to change. Responses are strictly voluntary; the Government will not reimburse any costs associated with providing information in response to this notice. Respondents are requested not to submit proprietary or business confidential information. If a solicitation is issued at a later date, it will be published on the Federal Contract Opportunities website (SAM.gov) or the General Services Administration (GSA) portal. Interested parties are responsible for monitoring these sites for additional information.
Title Hyper Chlorination Remediation Services
Purpose The Department of Veterans Affairs (VA), Michael E. DeBakey VA Medical Center (MEDVAMC) in Houston, Texas, is conducting market research to identify qualified and capable sources for Legionella Hyper Chlorination Remediation Services in accordance with the Draft Performance Work Statement (PWS). The information obtained will assist the Government in determining an appropriate procurement strategy, including potential set aside considerations (e.g., SDVOSB, VOSB, HUBZone, 8(a), Small Business) or unrestricted competition. Applicable NAICS Code: 541380 Testing Laboratories and Services Size Standard: $19.0M PSC: H146 Quality Control, Testing, and Inspection of Water Purification and Sewage Treatment Equipment The anticipated acquisition strategy is a Single Award, Firm Fixed Price contract with a base period covering all required supplies and services to be completed within 60 days ARO.
Responses Requested Interested firms are requested to submit a capabilities statement responding to the items below. Failure to answer the questions may result in being considered non responsive to this RFI. A. Company Information Provide the following: Legal Business Name Point(s) of Contact Address Telephone Number Email Address Unique Entity Identifier (UEI) CAGE Code B. Business Size / Socioeconomic Status Indicate whether your firm qualifies as any of the following under NAICS 541380: Small Business Service Disabled Veteran Owned Small Business (SDVOSB) Veteran Owned Small Business (VOSB) HUBZone 8(a) C. Capability Questions Does your company possess the capability to perform all required Hyper Chlorination Remediation Services as outlined in the Draft PWS? Can your company support all required equipment and associated hardware/software? Can your company provide technicians/engineers who are trained, certified, and experienced with the relevant equipment and remediation standards? Does your company currently provide similar services to other VA Medical Centers or federal facilities? If yes, provide contract numbers and points of contact. Provide estimated unit pricing or cost ranges for the service categories identified in the Draft PWS. Identify any national service standards applicable to Hyper Chlorination remediation and the organizations responsible for issuing those standards. Describe industry best practices relevant to this type of requirement. Indicate whether your company holds a contract vehicle such as: Government Wide Acquisition Contract (GWAC) SEWP National Acquisition Center (NAC) vehicle GSA Schedule / FSS Indefinite Delivery, Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA)
Additional Links:Department of Veterans Affairs