Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOURCES SOUGHT

Z -- 36C26126R0023 Replace De-Ionized (DI) Water Filter Systems with a Reverse Osmosis (RO) Water System

Notice Date
1/21/2026 6:50:16 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26126R0023
 
Response Due
1/20/2026 12:00:00 PM
 
Archive Date
04/29/2026
 
Point of Contact
Alex Arter, Contract Specialist
 
E-Mail Address
alex.arter@va.gov
(alex.arter@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE ONLY No# 36C26126R0023 No Solicitation is currently Available Project No. 612-26-012 DI system to RO Replacement Place of Performance: VA Northern California Healthcare System, Martinez VA Medical Center 150 Muir Road, Martinez, CA 94553 THE RESULTING SOURCES SOUGHT NOTICE MAY RESULT IN A SOLICITATION FOR REQUEST FOR PROPOSAL. This is a source sought notice. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information solicited. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification. (1) Although proposal, offeror, contractor, and offeror may be used in this source sought notice, any response will be treated as information only. It must not be used as a proposal. (2) The purpose of this notice is to conduct market research to support the project identified above. This notice serves to survey the market in an attempt to ascertain whether sources can provide the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The source sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 236220 Commercial building construction (3) This source sought notice is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 236220. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Based upon information received in response to this Sources Sought Notice, the Government shall make a determination on a procurement strategy, which shall include the type of small business set-aside, if appropriate. The eventual procurement strategy and set-aside, if appropriate, is solely within the discretion of the Government. After reviewing the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. (4) Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that an internal contracting vehicle is a viable option for procuring a solution, the request for proposal (RFP) shall be posted internally. The Department of Veterans Affairs is seeking neither quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. (5) Background: The Department of Veterans Affairs (VA), VA Northern California Healthcare System (VANCHS) Martinez VA Medical Center, which located at 150 Muir Road, Martinez, CA 94553 intends to procure design-build services to replace De-Ionized (DI) Water Filter Systems with a Reverse Osmosis (RO) water system. Project Scope: All work done in the equipment room and SPS area, will need to be done following SPS and Infection Control Rist Assessment (ICRA) protocols. Prior to the construction phase 100% design must be approved and signed off. Prior to the start of construction, all submittals need to be approved. The DB contractor will dispose of all equipment components demolished or replaced as part of this project. The contractor will remove all DI-related plumbing and conduit conductors, and hangers, if any, associated with work in this contract. All penetrations shall be patched or filled, by the contractor in relation to the work performed in this scope. There shall be no dead legs in the plumbing in relation to the work performed in this scope. The Design Build Contractor shall report any discrepancies to the Contracting Officer Representative (COR). The DB Contractor shall also include floor patching, ceiling and wall work to include patching and painting and general renovations to the space. Regular prep-work for the demolition and replacement shall be during normal hours, 8:00 AM to 4:00 PM Monday through Friday, except holidays, unless requested and approved. The contractor shall submit to the COR for approval, in writing, a notice of its desire to work during any period/hours other than the standard. Notice shall include a detailed description of the type of work to be performed and its location. Any work that creates excessive noise or impacts patient operations, disturb patients or staff is to be accomplished on weekends or outside of VA Martinez Campus normal operations hours. The DB Contractor shall assume that there are no staging areas available within the facility premises. The DB Contractor shall hold and store all material. The Contractor shall note that there is absolutely NO Contractor employee parking in Patient Parking designated areas. Contractor employees may be allowed to park in Employee Parking only at the discretion of the COR, depending on availability. VANCHCS will not invalidate or make reimbursement for parking violations for the Contractor under any conditions. As-build drawings and photos provided are for information purposes only, contractors are to field verify when visiting the site. Full demolition and replacement of system and piping shall be completed after normal hours, within a three day weekend from Friday 6:30pm to Monday 6:00am Testing and Commissioning of the system will need to be coordinated for the same weekend as the installation of the new system. The vendor will need to be on site for testing and commissioning. The vendor will sign off on the system. The vendor will provide system sanitization steps prior to project closeout for maintenance purposes. This is critical for properly maintaining the system when elevated HPC or endotoxin is present. The vendor will provide names and part numbers for all equipment, filters, and consumables in the system prior to closeout. All utilities and telecom outages shall be conducted after normal operation hours. Submit outage plan and Method of Procedure (MOP) notice thirty (30) calendar days in advance of the anticipated outage date, for all modifications to utility systems affected including electrical, plumbing, lighting, etc. Design and install a new RO System following manufacturer recommendation. The design configurations shall be a reverse osmosis and de-ionization. Prior to designing the new system, water sampling, pressure testing, and flow testing of the existing system must be done. The existing system has be checked prior so that the new system can be designed around facility limitations. To understand the baseline parameters before designing the system, the contractor will sample for PH, alkalinity, hardness, conductivity, HPC, and endotoxins. The DB Contractor shall properly size the RO system based on the water supply and demand from the SPS. Design Parameters: Normal System Flow: 10 25gpm Maximum System Flow: 25gpm Daily Water Usage: 550 us gallons Daily Hours of Water Demand: 11.5 hrs (0700 1830 ) Operating Temperature Range: 70 to 86 degrees F A new Reverse Osmosis (RO) water system shall include a minimum size 100 gallon of storage in two tanks, a return to keep the water circulating and continuously filtered, and a minimum sized 100-gallon neutralization tank with backflow preventers, to protect the building s water supply. The design build contractor shall size and design the storage based on the system size and needs as well as meeting VA spec and design guides ect. 100 gallons is an estimated size based on internal research. See additional AE Design requirements below in Design Requirements. The scope of AE services shall include the following: Development of a complete stamped and signed design package including all appropriate trades which, at a minimum, should include architectural, civil, structural, mechanical, electrical, low voltage, and plumbing for the project. Development of a schedule using the Critical Path Method, showing critical milestones, and permit submittals. For example, shutdown requests and Infectious Control paperwork. Schedule For Design Build The 100% final documents need to be approved before the construction phase submittals can be submitted and reviewed. All submittals need to be reviewed and approved before any part of construction can start. ACTION CALENDAR DAYS AFTER Kick-Off Mtg/Preliminary Site Review 10 Notice to Proceed 25% Schematic Design Submittal 14 Kick Off Meeting 25% VA Review & Comments Return 15 35% Schematic Design Submittal 25% Comments and Design Development meeting 5 35% VA Review & Comments Return 75% Design Submittal 15 35% Comments and Design Development meeting 75% VA Review & Comments Return 15 65% Design Submittal 100% Design Submittal 15 65% VA Review & Comments Return 100% VA Review & Comments Return 15 100% Design Submittal 100% Final Documents Submittal 3 100% VA Review & Comments Return ACTION CALENDAR DAYS AFTER Construction Submittals 7 100% Final Documents Submittal and Acceptance DB AE Review of submittals 15 Construction Submittals VA Review of submittals 15 DB AE Review of submittals Construction Prep-work 15 VA Review of submittals Demolition of existing DI system and replacement and commissioning of new RO system 3 Construction Prep-work Final Punchlist Activities 7 Demolition of existing DI system and replacement and commissioning of new RO system End Date of Construction Contract 10 Final Punchlist Activities TOTAL CONSECTUTIVE DAYS 179 End Date of Construction Contract *Please NOTE: All design review meetings to be held at the VA facility in VA Martinez, VA. (6) The applicable North American Industry Classification System (NAICS) Code is 236220 Commercial building construction, and the small business size standard is $45.0M. PSC Code is: Z1DA Maintenance of Hospital and Infirmaries. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction projects is between $250,000.00 and $500,000.00. (7) Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. (8) Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the Small Business Administration s (SBA) Dynamic Small Business Search at https://search.certifications.sba.gov/ INSTRUCTIONS: Because the solicitation strategy is dependent upon responses to this sources sought notice, interested parties are encouraged to provide complete and accurate responses to all items, which should be limited to a brief description, up to one (1) page. If any portions seem unclear, prohibited, and/or you are unsure about the draft descriptions of the requirement please list your comments and/or concerns in your response so they can be addressed. a) STATEMENT OF CAPABLILITY - Demonstrate how your company can provide the requested services that are required in the attached Statement of Work (SOW) both in magnitude and scope. Include prior experience (within the past five years) in similar in both magnitude and scope services to the VA, other Government (Federal or State) agency, or for a private facility. Include general information, a brief description of the work, and total magnitude of each project. b) SOCIO-ECONOMIC STATUS - Specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. Indicate if your firm is a certified Service- Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB). c) Include the CAGE or SAM Unique Entity Identifier (UEI) number of your firm on your response. d) QUESTIONS Please provide answers to the following questions: 1. Is the period of performance listed in the draft statement of work reasonable? 2. Has your firm previously performed design-build services for the VA and other Government (Federal or State) agency within a five-year period? 3. Bonding capability statement 4. Specify your firm s Socio-Economic Status. If interested, responses are due in writing by 12:00 PM Pacific, Monday, February 9th, 2026. Please submit e-mail responses to Alex Arter, Contracting Specialist, at e-mail address: alex.arter@va.gov. Please place Response to Sources Sought Notice Design-Build for DI system replacement to RO system VA Martinez in the subject line of your email.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2f844158f2a14aad96a1cf08c0f2f681/view)
 
Place of Performance
Address: VA Northern California Healthcare System Network Contracting Office (NCO) 21 150 Muir Road, Martinez 94553, USA
Zip Code: 94553
Country: USA
 
Record
SN07692934-F 20260123/260121230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.