This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this source sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.
The Department of Veteran Affairs, San Diego VA Health Care System located at 3350 La Jolla Village Dr, San Diego, CA 92161 to provide Full-Service Maintenance Service, Preventative monthly maintenance inspections (PMI s), & Intervening service calls for Government-owned Reverse Osmosis Water
Systems.
Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 221310 ($ Million dollars).
Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the SBA-Dynamic Small Business Search (DSBS) Registry located at https://dsbs.sba.gov. All interested Offerors should submit information by e-mail to felicia.simpson@va.gov All information submissions to be marked Attn: Felicia Simpson, Contract Specialist and should be received no later than May 4, 2026 at 10:00 am MST.
Places of performance and Reverse Osmosis Systems to be serviced in this SOW will include but not be limited to:
1. VA San Diego Building 1, Room 1242 Barnstead Thermolyne
2. VA San Diego Building 2, Boiler Plant Two Reverse Osmosis Units & Calibration of Meter
3. VA San Diego Building 1, Basement B251, Mechanical Room, Reverse Osmosis Units
4. VA San Diego Building 1, Basement B171B, Sterile Processing Service, Reverse Osmosis Units
5. VA San Diego Building 1, 6129 South and other Rooms in 6 South, Research, Reverse Osmosis Units
6. VA San Diego Building 1, Room 5073A 5th Floor OR Sterile Processing
Labor, Materials, and Parts Procedures:
Contractor shall:
Provide VA staff with a breakdown report for material and parts expenditures.
Provide VA staff with a list of any required parts for future work on a weekly basis and provide recommendations, guidance, inventory and expenditure reports for supplies and labor.
Provide all professional advice/guidance, parts, materials, equipment, and personnel.
Provide invoices prior to submitting to Tungsten at the end of each month. The invoice shall be broken down by labor, materials, and parts.
Services under this full-service contract include but are not limited to:
a. Full-Service Maintenance Service, Preventative monthly maintenance inspections
(PMI s), & Intervening service calls for Government-owned Reverse Osmosis Water
Systems.
b. Rental and maintenance of hot & cold-water softener units.
c. Rental and exchange of Deionized Water Tanks.
d. RO DI Service SPD 2 Lab Samples per month; 2 of 1040 Mixed Beds exchange per month; Annual service of replacing UV and Post Filters and sanitizing the loop.
e. 6th Floor Millipore Central System Retro fit system to Portable Exchange DI and Post System with 2 of 14 Mixed Bed DI.
f. 5th Floor UV Post Treatment Supply.
Normal service requirements consist of monthly scheduled preventative maintenance inspections, to be
accomplished in accordance with the specifications, as well as any applicable manufacturer s instructions.
Normal service requirements will also include all necessary intervening service calls required between inspections to repair any worn or defective parts needed due to equipment failure.
Preventive Maintenance Inspection Reverse Osmosis Water Systems:
(a) All work performed shall be accomplished in accordance with manufacturer s instruction
including, but not limited to: adjustments, calibrations, cleaning, lubrication, testing,
disassembly, check-out, replacement of worn or defective parts, required to keep to
equipment in optimum operating condition. Cleaning and disinfection shall be done
quarterly.
Monthly Preventative Maintenance Inspections for the Reverse Osmosis Water Systems shall include by not be limited to:
(1) Replace softener tanks as needed
(2) Replace salt for brine rank. (Note: Salt level not to exceed two grains per gallon
(GPG). (IAW AAMI 2001 Standards). Delivery to patient area 0.00 Milligrams per
Liter (mg/L).
(3) Check UV Lamp. (Replace @8000 hours).
(4) Check UV Lamp Sleeve on as-needed basis (during annual sanitation or during
replacement of UV lamp, or if UV lamp gauge red light comes on, or goes below
manufacturers recommended limits).
(5) Inspection of all gauges for acceptance range of pressure drops. When the pressure
drops indicate a potential problem with the component(s) between two (2)
consecutive gauges (hi/Low Sanitation) these components are to be exchanged,
replaced, or back flushed as appropriate.
(6) Routine physical cleaning of thin film composite membranes as needed.
(7) RO membrane replacement, as needed to maintain proper rejection rates.
(8) Quality of water from RO Water System is to be maintained above 90%.
(9) Periodic laboratory analysis of products water for total dissolved solids, Maximum
acceptable level of feed water is total dissolved solids (TDS) 600 PPM.
(10) Expected quality of the RO product water shall be 90% or better than the feed
water.
(11) Change all filter elements, as needed (excluding 2-micron post filters).
(12) Exchange on each Chloramine Removal Carbon Unit per calendar month as
needed (when total chlorinate is 0.09 ppm or >). Each replacement unit shall be full
and contain low fine virgin carbon with a minimum iodine number of 900.
Replacement tanks shall also have a gravel underbed. All tanks shall be labeled with
this information and this information shall also be provided on the service report.
(13) Annual membrane exchange for RO systems.