Sources Sought Notice
Sources Sought Notice
Page 13 of 13
*= Required Field
Sources Sought Notice
Page 1 of 13
DISCLAIMER: THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it is will be posted. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.
The anticipated Small Business Administration (SBA) size standard for the North American Classification code (NAICS) 334510 is 1,250 employees.
1. Purpose: NCO 16 hereby issues the following Sources Sought Notice as a Request for Information (RFI). This RFI is being used for Market Research purposes only to seek contractors with the capability to provide the Central Arkansas Veterans Healthcare System (CAVHS) with all labor, tools materials, supplies, equipment, cabling, licensing, personnel, supervision and transportation required to provide Portable water osmosis system to CAVHS facilities. See attached Statement of Work for more details.
2. Place of Performance:
A. John L. McClellan Memorial Veterans Hospital
4300 West 7th Street
Little Rock, AR 72205
3. Opportunity: NCO 16 is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the NCO 16 in determining potential levels of competition available in the industry.
4. Responses Requested: NCO 16 requires the following questions answered in this RFI: Answers that are not provided shall be considered non-responsive to the Request for Information.
a. Is the Contractor licensed/certified to provide Continuous Water Monitoring Services?
Contractor shall attach documentation of their licensing/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
b. Are contractor personnel/technicians certified/licensed to install required equipment to meet service requirements?
Contractor shall attach documentation of this accreditation/certification to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
c. Prospective contractors shall provide their point(s) of contact name, address, telephone number, and email address. In addition, contractors shall provide the company's business size, and Data Universal Numbering System (DUNS) Number.
d. Is your company a small business (SDVOSB, VOSB), SDBs, HUBZone, or 8A concern? NAICS Code: 334510, PSC Code: 4610 Water Purification equipment.
Please provide proof of qualifications.
e. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided.
5. Instructions and Response Guidelines: RFI responses are due by 12PM (CST) on Friday, May 8 2026; email to joseph.warren@va.gov. Telephone requests or inquires will not be accepted.
The subject line shall read: 36C25626Q0760 PORTABLE MRO SYSTEM
NO SOLICITATION EXISTS AT THIS TIME.
STATEMENT OF WORK (SOW) DRAFT
Title:Â Procurement and Installation of MRO1 Water Purification Systems for Dialysis Unit
1.0 Introduction This Statement of Work (SOW) outlines the requirements for the procurement and installation of four (4) MRO1 water purification systems for the Central Arkansas Veteran Healthcare System dialysis unit. The objective is to ensure the provision of high-quality, purified water necessary for dialysis treatments.
2.0 Scope of Work The contractor shall provide all necessary resources, including equipment, materials, and labor, to accomplish the following tasks:
Supply and deliver four (4) MRO1 water purification systems.
Install the four (4) MRO1 water purification systems in the dialysis unit.
Conduct initial setup and testing to ensure proper functionality.
Provide training to dialysis unit staff on the operation and maintenance of the water purification systems.
Offer a warranty for maintenance and support services for at least one year from the date of installation.
3.0 Requirements 3.1 Equipment Specifications:
The MRO1 water purification systems must meet the specifications and standards required for dialysis treatment.
Each unit must have a capacity to meet the demands of [specified patient load/flow rate].
Systems should include necessary filters, membranes, and other components to ensure effective purification.
3.2 Installation:
The contractor shall uninstall the existing water purification systems (if applicable) and ensure environmentally responsible disposal.
Install the new MRO1 water purification systems in designated locations within the dialysis unit.
Ensure that the installation complies with all relevant safety and health regulations.
3.3 Testing and Validation:
Perform initial testing of the systems to guarantee they are operating within the required parameters.
Provide a report detailing the outcomes of the testing and validation process.
3.4 Training:
Conduct training sessions for the staff to ensure they are knowledgeable about the operational procedures, troubleshooting, and routine maintenance of the new units.
Provide user manuals and reference guides for future use.
3.5 Warranty and Support:
Include a warranty period of at least one year from the date of installation, covering parts and labor.
Provide details on the procedure for accessing support and maintenance services during the warranty period.
4.0 Deliverables:
Four (4) fully operational MRO1 water purification systems installed in the dialysis unit.
Training sessions and materials for the dialysis unit staff.
Testing and validation report.
Warranty and support documentation.
5.0 Schedule:
Delivery of the MRO1 water purification systems: within 90 days of award
Installation and initial testing:
Completion of staff training
6.0 Points of Contact:
Contracting Officer: TBD
Technical Point of Contact: Reshunda Nellums 501-257-4523
7.0 Acceptance Criteria:
Successful installation and testing of the MRO1 water purification systems.
Completion of staff training to the satisfaction of the dialysis unit management.
Receipt and approval of all required documentation.
MRO1 Portable water osmosis Salient Characteristics
Compact & Portable Design: All pretreatment components (dual carbon filters and anti-scalant system) are housed within the cabinet, eliminating the need for external softeners or salt.
Quiet Operation: Engineered for bedside use in hospitals, clinics, and home care settings.
Plug-and-Play Controller: Simplifies programming and disinfection mode access, with real-time display of:
Product and feed water conductivity
Visual and audible alarms
Product water temperature
Operating hours
Percent rejection
System status messages
Water Treatment Capabilities
Dual Carbon Pretreatment:
Catalytic carbon tank and carbon block filter for chlorine/chloramine removal.
Anti-Scalant System:
PT401 chemical feed system to reduce membrane scaling.
Nephros Dual-Stage Microbiological Filter:
Blocks contaminants down to 0.005 microns, meeting AAMI standards.
Membrane Performance:
Projected rejection: >96%
Production capacity: 1,200 GPD (4,550 LPD)
Product flow: ~3,100 ml/min
Recovery rate: 50%
Technical Specifications
Electrical: 115V / 20 Amps, dedicated circuit
Membrane: 1 unit, 4 x 26 TFC
Feed Water Requirements:
Temperature: 41°F 90°F (ideal: 77°F)
Pressure: 20 50 PSI
Max free chlorine: <0.1 ppm
Operating pH range: 6 9
Dimensions: 18.5 W x 24 D x 48 H
Weight: 205 lbs (operating), 265 lbs (shipping)
Safety & Compliance
FDA 510K / ISO 13485 Registered Medical Device
Health Canada Medical Device License 69772
UL 60601-1 Compliance: Entire device conforms to medical electrical equipment standards.
Electromagnetic Compatibility (EMC): Designed for safe operation in hospital environments.
Leakage Current: <0.1 microampere for individual components; <200 microamperes total
Maintenance & Operation
Disinfection: Uses hydrogen peroxide/peroxyacetic acid (PAA); no formaldehyde required.
Auto Flush Feature: Programmable to flush membranes periodically during standby.
Routine Maintenance:
Monthly disinfection
Carbon block filter replacement
Carbon tank exchange every 3 months
Nephros filter replacement annually