THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION.
SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 Surgical and Medical Instrument Manufacturing (size standard of 1000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published.
The purpose of this contract is to have a vendor to replace/acquire 5 Reverse Osmosis Machines. The vendor shall provide portable RO machines (EON Portable Reverse Osmosis Water Purification System Or Equal) capable of producing dialysis grade purified water within the Tucson VAMC clinical environment while meeting specifics list below:
Required Items (Estimated):
Background
The portable Reverse Osmosis (RO) machines currently in use were obtained approximately 10 years ago and have reached the end of their operational lifecycle, as confirmed by the vendor and Biomedical Engineering. Aging RO systems are prone to reduced performance, increased maintenance needs, and higher risks of downtime, which may disrupt dialysis treatments. Replacing these units will help maintain required water quality, support reliable operations, and ensure compliance with regulatory standards.
Scope
The contractor shall provide portable RO machines (Brand Name Or Equal) capable of producing dialysis grade purified water within the VAMC clinical environment.
Specific Tasks
Improve dialysis water quality by upgrading portable RO equipment.
Ensure equipment complies with current regulatory standards for dialysis water.
Salient Characteristics
Essential Attributes
Automated Heat Disinfection: Must have an automated heat sterilization cycle capable of reaching and maintaining at least 185°F (85°C) for effective internal system disinfection.
Production Capacity: Must produce purified water within a range of 650 mL/min to 2600 mL/min.
Purification Performance: Must reduce TDS to less than 10 ppm with a minimum 95% rejection rate of contaminants.
Water Quality Compliance: Output water must meet or exceed applicable AAMI/ANSI/ISO hemodialysis water standards.
Pre Treatment: Must support pre treatment functions such as particulate reduction, chlorine/chloramine removal, and hardness control.
Alarms & Monitoring: Must include alarms for conductivity, pressure changes, temperature variations, and water quality, plus at least one internal or external leak detector with alert or shutdown capability.
Portability: Must weigh less than 100 lbs., include built in ergonomic handles, and have lockable casters for transport and positioning.
Connections: Must include fittings compatible with commonly used dialysis systems; adapters must be provided if non standard interfaces are required.
Use and Application
Must operate effectively in ambient temperatures of 59°F to 86°F (15°C to 30°C) and humidity up to 80%.
Must include an intuitive display/interface with clear operational indicators.
Compatibility Requirements
Must be compatible with dialysis machines commonly used in VA facilities.
Adapters must be provided if needed for system integration.
Regulatory Compliance
Must be FDA approved or hold CE certification.
Must comply with applicable AAMI/ANSI/ISO standards for dialysis water systems.
Must meet VA policies for medical device compliance.
Quality Assurance
Must include a minimum 2 year warranty covering parts and labor.
Vendor must provide maintenance schedules, user manuals, and technical support access.
Vendor must provide training for VA clinical and technical staff covering operation, maintenance, and troubleshooting.
Deliverables
Portable RO machines meeting all required salient characteristics.
Delivery and installation at designated VA locations.
User manuals, maintenance schedules, and technical documentation.
Training for VA staff.
Warranty documentation (minimum 2 year coverage).
Compliance and regulatory documentation.
Performance Monitoring
Performance will be assessed based on compliance with requirements, reliability, efficiency, and user feedback.
Other Pertinent Information
Packaging must include all user guides and manufacturer cleaning instructions.
Equipment must be delivered new and fully functional.
Place of Performance
Tucson VA Medical Facility
Period of Performance
From purchase through delivery, installation, and completion of staff training.
If your company is interested and capable of providing the required supplies/services, you MUST provide the information indicated below OR your intent, interest to participation, and information provided will not be considered as valid for research purposes. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please clearly show how your company meets/exceeds each requirement otherwise your response will be recorded as interest only .
(2) Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A.
(3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(4) Is your company considered small under the NAICS code identified in this RFI?
(5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW?
(6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available).
(7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified.
(8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6?
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
(10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice?
(11) Please indicate whether your product conforms to the requirements of the Buy American Act? Please indicate if manufacturer is/will be US domestic Small Business / US Domestic Large Business / Foreign.
(12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate.
(13) What is estimated life span of your solution? What support/services does that entail?
(14) Does your organization offer a leasing solution? Please elaborate.
(15) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s).
(16) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract.
(17) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(18) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, April 30, 2026 by 10:00 AM PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.