Opportunity
SAM #PANHCA-26-P-0000031270
Sources Sought: Water Treatment Trailer and Services for Fort Bliss Medical Center
Buyer
W40M Medical Materiel Center-West
Posted
May 05, 2026
Respond By
May 13, 2026
Identifier
PANHCA-26-P-0000031270
NAICS
238290, 531120, 541380, 562910, 333318, 541620, 238990
The US Army Medical Command is seeking information from industry for a Water Treatment Trailer and related services at William Beaumont Army Medical Center, Fort Bliss, Texas. - Government Buyer: - US Army Medical Command, Medical Readiness Contract Office-West - Sub-agency: US Army Health Contracting Activity - Office: Medical Readiness Contract Office-West - OEMs and Vendors: - No specific OEMs or vendors are named in this notice - Products/Services Requested: - Water treatment for utility water to mobile units - May include filtration, reverse osmosis skids, pumps, variable frequency drives, water holding tanks, and water heaters - All equipment to be housed in a separate structure and connected to mobile units - Monthly water testing to ensure compliance with equipment and AAMI TIR 34 standards - On-call maintenance plan for trailer and equipment, including scheduled and preventative maintenance - Installation of a fully encased, weather-tight raised platform connecting trailers and loading docks, designed to withstand winds up to 60 mph - Unique/Notable Requirements: - Water testing reports must be provided within the first seven days of each month - Platform installation must ensure weather-tightness and wind resistance - All services and equipment must support mobile medical operations at a military medical center - No specific part numbers or purchase quantities are provided - NAICS code: 621111 (Offices of Physicians, except mental health specialists)
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Readiness Contract Office-W, Fort Bliss, TX, has an upcoming requirement to solicit for and award for Utah Occupational Health Clinics: Tooele Army Depot and Dugway Proving, Fort Carson, CO. Basic requirement details are listed below. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this source sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The North American Classification System (NAICS) code for this requirement is 621111 “Offices of Physicians, expect mental health specialists.” The Small Business Size Standard is $1M.
Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products or services listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: •Offeror’s name, address, point of contact, phone number, and e-mail address. •Offeror’s interest in providing a proposal/quote on the solicitation when it is issued. •Offeror’s capability to provide the products or services being requested. •For reference, Water Treatment Trailer. Requirements. The vender shall supply water treatment of the utility water to the mobile units to meet the requirements of the equipment within mobile units. This may include but not limited to additional filtration, reverse osmosis skids, pumps, vfd’s, water holding tanks, and water heaters. The vender shall house the equipment in a separate structure and connected to the mobile unit(s). The vender shall use the mobile unit(s) requirements along with the supply water quality to determine what equipment or treatment is needed. - Monthly Water Testing. The vender shall supply monthly water testing to ensure that the water quality requirements of the equipment are met. The water treatment requirement shall have the ability to alter the water to help meet the water requirements of the equipment and AAMI TIR 34. The vender shall perform monthly water testing to ensure that the water quality that is being supplied the mobile unit(s) meets the requirements of the equipment and/or the mobile unit(s). A water test report shall be provided within the first seven days of the month. - Maintenance. The vender shall provide an on-call maintenance plan to include upkeep of the trailer and the equipment inside. The SPD is a 24/7 operation with 3 different shifts which calls can be made at any time. There is also scheduled preventative maintenance that is performed on the utilities that will feed the mobile units and may have an effect on the overall operation. Any scheduled maintenance performed by the contractor shall be coordinated with the facility and local staff to minimize disruption. Maintenance shall also include any preventative maintenance to the equipment with the water treatment trailer to prevent any catastrophic failure to occur. - Coverings: The vender shall install a raised-covered platform to connect the trailers to each other and the trailers to the loading dock. The platform shall be fully encased and shall be weather tight to not allow for weather and/or pests into the space. It shall also be able to withstand strong winds and gusts up to 60 miles per hour.
• Offeror’s capability to perform a contract of this magnitude and complexity for William Beaumont Army Medical Center, Fort Bliss, TX.
• Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this source sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.
Interested Offeror shall respond to this Sources Sought Notice no later than 13 May 2026 at 10:00 A.M Mountain Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to MAJ Elizabeth St. Peter at email: elizabeth.a.stpeter.mil@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE PREFERRED METHOD.