REQUEST FOR INFORMATION / SOURCES SOUGHT for Critical Water System
DEPARTMENT OF VETERANS AFFAIRS, VISN 23 Source Sought: The VA is seeking business sources qualified to provide all the items listed below. This is NOT a solicitation.
INTERESTED SOURCES SHALL RESPOND BY:
Please submit response no later than 10:00pm CST Tuesday, April 15, 2025
All responses and questions must be emailed to Becky.delossantos@va.gov and must include in the subject line: Sources Sought Critical Water System 36C2635Q0654
POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:
1. Company name, address, phone number, primary contact(s), e-mail address.
2. State if your firm distributes the Brand Name items, or Equal items.
3. SAM UEI number.
4. NAICS (North American Industry Classification System) code that your firm uses for dental supplies.
5. State if your firm is a large business, small business, service-disabled-veteran-owned
small business, veteran-owned small business, HUB zone 8(a), women-owned small business or a small disadvantaged business.
6. State if your firm has the required items on Schedule (FSS, GSA, SEWP, other…).
7. Provide a letter from the manufacturer verifying your firm is an authorized distributor.
8. Provide the country of origin for each of the required items.
REQUIRED ITEM and Salient Characteristics:
See Below in Statement of Work.
DISCLAIMER AND ADDITIONAL NOTICES:
Responses may be used as research to better understand the marketplace or for creating a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this or future information requests.
AT THIS TIME NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION).
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
Statement of Work – Critical Water System
St. Cloud VA, 4801 Veterans Drive, St. Cloud MN, 56303 has a requirement for a Critical Water System that meets all requirements of AAMI ST108.
The system must be in the configuration of a reverse osmosis (RO) system that includes a deionization process and a UV Sterilized recirculation loop.
The recirculation loop will be installed by a separate contract. It will be 1.5 inches in diameter, schedule 80 PVC with a total loop length of approximately 250 feet.
The contractor and critical water system must meet the following:
- Must have extensive knowledge of AAMI ST108 application.
- Companies supplying equipment must have a minimum of 5 years of experience installing and servicing critical water systems for healthcare.
- Must be a vendor of both EDI (Electronic Deionized Systems) and Type 1 mixed bed DI tanks for backup.
- System must include Electronic DI of up to 3 gallons per minute.
- Minimum system production rate of 3 gallons per minute.
- Minimum storage tank volume of 250 gallons.
- Minimum peak delivery rate of distribution loop shall be 40 gallons per minute.
- Variable frequency drive (VFD) to regulate distribution pump.
- UV sterilization capable of handling 30 gallons per minute.
- 5 filter endotoxin filtration system.
- Anti-scale chemical feed pretreatment tanks to allow for pH adjustments.
The system offered by the contractor must, at a minimum, deliver critical water with the following qualities:
- Water quality greater than 0.1 megohm, but less than 0.5 megohm
- pH between 5.0 and 7.5
- Total Alkalinity - < 8 mg CaCO2/L
- Total Hardness - < 1 mg CaCO2/L
- Conductivity - < 10 µS/cm
- Chlorides - < 1 mg/L
- Bacteria - < 10 CFU/mL
- Endotoxin - < 10 EU/mL
- Total Organic Carbon - < 1.0 mg/L
- Manganese - < 0.1 mg/L
- Copper - < 0.1 mg/L
- Iron - < 0.1 mg/L
- Aluminum - < 0.1 mg/L
- Nitrate < 1 mg/L
- Phosphate < 1 mg/L
- Sulfate < 1 mg/L
- Silicate < 1 mg/L
- Zinc < 0.1 mg/L
The system shall also include an in-line conductivity monitor with the minimum following characteristics:
- Four monitoring ranges
- LCD wall-mounted display and controls
- Ability to display water temperature
- Adjustable high and low setpoints
- Local visual light on the display to indicate when water is outside setpoints
- Local audible alarm to indicate when water is outside setpoints
- Set of dry contacts to allow connection to BAS for remote alarms
- Programmable alarm delay time
- 120V AC power cord
Space and Utility Requirements
The Critical water system must be installed into a closet that is 16’8” wide x 4’2” deep. Two sets of double doors will provide access to this space. Each set of doors measures 6’0” wide and 7’0” tall.
The Owner will provide the following utilities to support the critical water system :
- ¾” domestic softened water supply, tempered to 72-76 degrees Fahrenheit.
- Floor sink in the back right corner of the closet.
- Dedicated 480V, 3 phase, 15 amp circuit, disconnect and hard-wired whip connection to VFD for distribution pump.
- Dedicated 208V, 1 phase, 20 amp circuit and NEMA 6-20 receptacle for electronic DI.
- Dedicated 120V, 1 phase, 20 amp circuit and receptacle for RO system.
- 120V, 1 phase convenience receptacles for monitoring systems.
INSTALLATION
Contractor shall furnish all necessary labor, tools, equipment, and transportation necessary to install critical water treatment system in the space described above.
Contractor is responsible to assemble, install, start-up and sanitize the new RO system.
Upon award, Contractor shall coordinate with the Post-award POC for this project to establish work schedule within the contract Period of Performance and coordinate security badging for contractor personnel who will work on site to perform the installation.
The contractor’s personnel, while on VA property, shall adhere to all requirements and
regulations that govern the VA Health Care System and its property.
St. Cloud VA Contractor badge shall be worn by all Contractor employees while working on VA premises.
Installation shall be performed during normal business hours Monday through Friday 8:00 am to 4:30 pm, excluding Federal Holidays, unless otherwise authorized by the VA POC.
Contractor shall adhere to the VHA tobacco-free campus policy.
PLACE OF PERFORMANCE
St. Cloud VA Medical Center
4801 Veterans Drive
St. Cloud, MN 56303-2015
PERIOD OF PERFORMANCE
INSTALLATION: 07/15/2025 TO 09/15/2025
WARRANTY
Warranty period shall begin upon completion of installation and full functionality and performance within the above-described standards have been validated by the Post-award POC.
ALL INQUIRIES REGARDING THIS SOLICITATION SHALL BE DIRECTED TO THE CONTRACTING OFFICER POSTING THIS SOLICITATION.
NO INQUIRIES SHOULD BE MADE TO THE REQUIRING ACTIVITY/POST-AWARD POC.
NO INFORMATION REGARDING THIS SOLICITATION WILL BE PROVIDED BY REQUIRING ACTIVITY PERSONNEL.