Opportunity
SAM #36C24126Q0247
Sole Source Preventative Maintenance for RO/DI Water System at White River Junction VA Healthcare System
Buyer
Department of Veterans Affairs
Posted
May 11, 2026
Respond By
May 15, 2026
Identifier
36C24126Q0247
NAICS
811219, 221310
This opportunity involves a sole source procurement by the Department of Veterans Affairs for preventative maintenance of a proprietary Reverse Osmosis (RO) and Deionization (DI) water generation system at the White River Junction VA Healthcare System. - Sole source award to Evoqua Water Technologies LLC, the OEM, due to proprietary requirements and specialized training - Services include quarterly and annual maintenance: mechanical/electrical checks, operational checks, filter replacements, pump and instrumentation maintenance, UV lamp replacement, calibration, membrane cleaning and sanitization, tank and loop sanitization, analytical services, remote monitoring, valve rebuild/rebedding, TOC analytics, bacteria and endotoxin testing, equipment repair/replacement, and emergency call-out services - Equipment covered: RO and DI system components, sensors, tanks, pumps, filters, monitoring panels, and related accessories - Only Evoqua technicians are authorized to perform these services - Contract period: base year plus four option years (each one year) - Place of performance: White River Junction VA Healthcare System, White River Junction, VT - NAICS code: 221310 (Water Supply and Irrigation Systems) - No competition anticipated due to OEM restrictions
Description
The Department of Veteran Affairs, Networking Contracting Office (NCO1) located in West Haven, CT intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with Evoqua Water Technologies LLC for the following requirement:
Performance Work Statement
SPS RO System Maintenance
Project Scope
The White River Junction VA Healthcare System requires the services of a qualified firm to provide services allowing for the preventative maintenance of a RO and DI water generation system (critical water).
Tasks and Requirements
General Contractor Requirements
Preventative maintenance services will include the following services identified in Table 1 for all equipment identified in Table 2.
Table 1
Description of Services
Scheduled Frequency
Frequency Limit
Routine Service / Maintenance Visits
Quarterly
NA
Mechanical / Electrical Checks
Quarterly
NA
Operational Checks
Quarterly
NA
Collect and Analyze Data
Remote Monitoring
NA
Filter Replacement (Pre Filters)
Quarterly
As Required **
Filter Replacement (Vent)
Annually
As Required **
Pump Maintenance
Annually
As Scheduled *
Instrumentation Maintenance
Annually
As Scheduled *
Replace UV Lamps / Sleeves
Annually
As Scheduled *
Calibration of Instruments
Annually
As Scheduled *
Membrane Cleaning
Annually
As Scheduled *
Membrane Sanitization
Annually
As Scheduled *
Storage Tank Sanitization
Annually
As Scheduled *
Loop Sanitization
Annually
As Scheduled *
Analytical Services
Annually
As Scheduled *
Remote Monitoring
Continuous
As Scheduled *
Carbon Filter Valve Rebuild / Rebedding
As needed
As Required **
Softener Filter Valve Rebuild / Rebedding
As needed
As Required **
TOC Analytics
Quarterly
As Scheduled *
Bacteria (HPC Low Level)
Quarterly
As Scheduled *
Endotoxin Testing
Annually
As Scheduled *
Covered Equipment Repair or Replacement
As Required ** Emergency Call Out Service
As Required ** Call Out Services
As Required ** As Scheduled - If additional quantities are required, they will be quoted and charged separately. This is done in order to minimize the inclusion of costs which are unlikely and/or unexpected or which may be unpredictable. As Required ** - For "As Required" a frequency is listed, but the actual frequencies and quantities may be greater or fewer. The resulting frequencies will be guided by the quantity and quality guarantee. Table 2 QTY Item Description 1 Feed Water back pressure regulating valve 1 Leak Detector with shit off solenoid valve 1 5 µm prefilter housing, w/ one set of filters 1 FRP activated carbon filter 1 FRP softener and PE brine tank 1 M41 RO unit System array 1:1:1:1 w/ 4 x40 low pressure membranes Product divert kit Automated RO bypass 2 Thornton conductivity probe 2 Paddlewheel flowmeter 1 SDI equipment Two 3.6ft mixed bed tanks Two inlet hoses Two outlet hoses Two light body Two quality lights One light transformer One inline strainer One 20 housing One 20 0.2 µm filter 2 Storage Tank and accessories One 300 gallon fully drainable dome top PE Tank One IFM Level transmitter One 0.2 µm 20 vent filter One 20 vent filter housing 2 Distribution Loop Pump with VFD 1 Ultraviolet Light System 254nm, one pair of light traps 2 Pressure Sensor 1 0.05 µm filter housing 1 Remote Monitoring Panel One thornton M300 multiparameter analyzer Link-2-site modem for digital monitoring of system performance 1 Remote area alarm
Period of Performance Contract period will be a base plus 4 , identifying a base contract with 4 options which can be exercised by the Government. Contract periods of performance for each year shall be 1 year or 365 days from the date of Contract award. The Contractor shall provide a cost estimate based on the following bid schedule. Contract Year Bid Estimate Base Full PM Services (Table 1) Option Year 1 Full PM Services (Table 1) Option Year 2 Full PM Services (Table 1) Option Year 3 Full PM Services (Table 1) Option Year 4 Full PM Services (Table 1)
Privacy Statement Information Security: The C&A requirements do not apply; a Security Accreditation Package is not required. Incidental exposure to protected health information may occur from accessing the work site. Staff will follow all Privacy & Security policies and procedures.
Evoqua Water Technologies LLC. will be awarded this procurement because they are the only vendor capable of providing the needed service because the water purification system is an Evoqua Water Technologies/Xylem built system. As such, the water purification system is proprietary to Evoqua, and no other companies are authorized to service this system. Only technicians employed by Evoqua are authorized to service the system because of the knowledge and expertise they possess due to specialized training.
The NAICS code for this requirement is 221310 with small business size standard of $41 Million.
This notice of intent is not a solicitation nor is it a request for proposal. However, interested parties that believe they can satisfy the requirements listed above must clearly identify their capability to do so in writing by May 15, 2026, at 5:00 PM EST time. Responses should be sent to Kenya Mitchell at Kenya.Mitchell1@va.gov. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.