PORTABLE REVERSE OSMOSIS FOR FARGO ND
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 20 more rate previews.↓
Point of Contact
Agency & Office
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
- 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.
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.