Skip to content
Department of Veterans Affairs

PORTABLE REVERSE OSMOSIS FOR FARGO ND

Solicitation: 36C26326Q0493
Notice ID: f5e76feff6fd43a597b09bf0e9a3c757
TypeCombined Synopsis SolicitationNAICS 339112PSC6515Set-AsideNONEDepartmentDepartment of Veterans AffairsStateNDPostedMar 24, 2026, 12:00 AM UTCDueApr 03, 2026, 03:00 PM UTCExpired

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: ND. Response deadline: Apr 03, 2026. Industry: NAICS 339112 • PSC 6515.

Market snapshot

Awarded-market signal for NAICS 339112 (last 12 months), benchmarked to sector 33.

12-month awarded value
$206,799,774
Sector total $51,923,358,306 • Share 0.4%
Live
Median
$62,385
P10–P90
$27,165$408,674
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+143%($86,098,110)
Deal sizing
$62,385 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for ND
Live POP
Place of performance
Fargo, North Dakota • 58102 United States
State: ND
Contracting office
Saint Paul, MN • 55101 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
ND20260012 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026North Dakota • Burleigh
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
+20 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 20 more rate previews.
Davis-BaconBest fitstate match
ND20260012 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Burleigh
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
Rate
PLUMBER
Base $40.53Fringe $20.60
+19 more occupation rates in this WD
Davis-Baconstate match
ND20260016 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Oliver
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
IRONWORKER, STRUCTURAL
Base $35.95Fringe $33.11
Rate
LABORER (Common or General)
Base $29.20Fringe $22.19
+19 more occupation rates in this WD
Davis-Baconstate match
ND20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Barnes
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
POWER EQUIPMENT OPERATOR: GROUP 1
Base $40.20Fringe $25.25
Rate
GROUP 2
Base $40.20Fringe $25.25
+17 more occupation rates in this WD
Davis-Baconstate match
ND20260028 (Rev 1)
Open WD
Published Jan 30, 2026North Dakota • Renville
Rate
BOILERMAKER
Base $48.00Fringe $31.14
Rate
BRICKLAYER
Base $33.16Fringe $15.24
Rate
POWER EQUIPMENT OPERATOR: (Roller)
Base $39.60Fringe $25.25
+17 more occupation rates in this WD

Point of Contact

Name
Becky De Los Santos
Email
becky.delossantos@va.gov
Phone
Not available

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 23 (36C263)
Office
Not available
Contracting Office Address
Saint Paul, MN
55101 USA

More in NAICS 339112

Description

COMBINED SYNOPSIS SOLICITATION

VA RFQ 36C26326Q0493

Portable Reverse Osmosis-Brand Name or Equal, Unrestricted

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Revolutionary FAR Overhaul, FAR Subpart 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate solicitation will not be issued.

SOLICITATION NUMBER: 36C26326Q0493

This solicitation is issued as a Request for Quotation (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-06 10/01/2025, and Revolutionary FAR Overhaul FAR 12 as of 02/25/2026.

This solicitation is Brand Name or Equal, Unrestricted.

The associated NAICS code and small business size standard:

                NAICS code:        339112

Size Standard:    1000 employees

Description of Requirements:

Salient Characteristics

Brand Name or Equal:  Evoqua W3T591409 Kit, RO Eon Rover ALX SCB

       Fully integrated endotoxin removal filter Ultrafilter assists in preparing water or bicarbonate concentrate to
       meet  the requirements for the production of ultrapure dialysate according to the ANSI/AAMI 11663 standard.         The filter’s unique proprietary single-stage design removes bacteria, viruses, endotoxins and other
contaminants greater than 0.005 micron (5 nanometers)

Multi-Stage Filtration System, including carbon filtration, reverse osmosis (RO), and ultra-filtration in one unit

Features easy-to-use controls and instant access to key parameters

Prevents RO shutdown when the inlet water has low PSI

Uses heat to disinfect rather than chemicals

       Continuous flow of hot water with no time constraints

Provides single heat, storage heat

Multiple Leak Detector options, internal or remote sensor with user alert or shutdown

Color touch screen LCD control panel, clear display of operational functions

Recirculation product line

Filter and membrane access – removable back panel, machine disassembly not required

Certified to UL 61010-1, IEC 61010-1, CAN/CSA C22.2 No: 61010-1, IEC 61326-1

FDA approved 510(K) Medical Device

Must be designed to meet AAMI-Grade water standards according to ANSI/AAMI 13959 standards

Leak Detection System

Maximum Product Flow Rate at 77°F       Up to 0.4 gpm (1.5 lpm)

Inlet Temperature                                            40-104°F (4-40°C)

Inlet Pressure (Dynamic)                       Minimum: 5 psi (0.34 bars)          Maximum: 120 psi (8.3 bars)

Inlet Water Flow/Water Feed                      Minimum: 1.5 gpm (5.7 lpm)

Drain Capacity                                                   Minimum 2.0 gal/min

Total Hardness   < 10 grains (pH dependent)

Silt Density Index (SDI)   < 5

Total Chlorine     < 0.1 ppm

CART:

Rust-proof and corrosion resistant. Aluminum frame, including built-in rubber bumper guard

Large 6” dual swivel casters with locking features

       Rear directional locking casters with integrated braking mechanism

Centrally located monitoring area that features pressure and temperature gauges, and sample ports with drip tray

       Includes booster pump for low-pressure inlet situations

Open design to allow for easy access to filter and other areas of maintenance

Complies with ETL Tip and Threshold Testing Standards, and meets and adheres to the latest ANSI, AAMI, ISO Standards

provides hose and cord management options

All-in-one water treatment delivery system

Brand Name or Equal:  Evoqua W3T578738 Kit, Booster, MHX/WRO, Rover Family

Includes booster pump for low-pressure inlet situations

        System Design

      Small footprint for ease of use in vicinity of patients without interrupting patient care due to limited space in      patient area

       Includes installation and start up

       System orientation provided

INSPECTION AND ACCEPTANCE

-The contractor shall conduct a joint inspection with the COR upon delivery

equipment.

-The contractor shall provide the VA COR a list of missing and /or damaged items

found upon inspection and have those items replaced at no cost to the Government.

-The COR shall ensure all work is completed satisfactorily prior to acceptance.

Disputes shall be resolved by the VA Contracting Officer

This service does not involve storage, generating, transmitting, or exchanging VA sensitive information.

“Privacy training is required if the contractor(s) will be working in areas with sensitive Veteran information with an increased risk of inadvertent disclosures.  These are areas where only authorized personnel are allowed (nurse stations, PACT team areas, Laboratory, Pharmacy, etc.) and where visitors are typically be escorted and are not allowed to roam around freely (4B, ER, 3M, ICU, CLC, etc.).  The contractor(s) must read and sign TMS 20939, VA Privacy Training for Personnel without Access to VA Computer Systems or Direct to or the Use of VA Sensitive Information, prior to beginning work in these areas.

Delivery.

             Fargo Health Care System Warehouse

                2101 N Elm St.

                Fargo, ND 58102

                Delivery Times:  M-F 7:30 am to 3:30 pm

  1. To see the solicitation PROVISIONS, CLAUSES, SCHEDULE and all other terms that apply to this acquisition, see the attached RFQ 1449 36C26326Q0493.

10.  SUBMITTAL OF OFFERS:

All offers shall be received by the CO no later than 10:00 AM CT Friday April 3, 2026.

All offers shall be emailed to Becky.delossantos@va.gov

Emails shall include this RFQ number in the Subject Line: 36C26326Q0493     

               

INSTRUCTIONS TO OFFERORS:

All Instructions to Offerors added by the CO in addition to the standard 52.212-1 INSTRUCTIONS TO OFFERORS are here on this page.  Read this entire page.

This solicitation is issued under Revolutionary FAR Overhaul, FAR 12 Simplified Acquisitions.

The Government intends to award without Discussions.

Partial Offers are not being accepted.

The Contract will be Single Award, Firm Fixed Price, Purchase Order.

Offerors are required to be registered in SAM when submitting a quote and at time of award.

Late offers will be treated according to 52.212-1 Instructions to Offerors.

The Government intends to evaluate all line items on a group basis and make a single award for BAA/TAA applicability.

OFFERS MUST INCLUDE:

52.225-2 Buy American Certificate is attached.  Offeror shall indicate the Country of Origin for each line item and fill in and sign the Certificate.  See Yellow Highlights on Certificate.

SUBMISSION OF OFFERS:

All offers shall be received by the CO no later than 10:00 AM CT Friday April 3, 2026.

All offers shall be emailed to Becky.Delossantos@va.gov.

Emails shall include this RFQ number in the Subject Line: 36C26326Q0493.

DELIVERY:

Delivery is FOB Destination.

Delivery: 60 Days ARO

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.