H999-- IV Clean Room Testing & Certification for VA Sierra Nevada Health Care System
ID: 36C26126Q0043Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Facilities Support Services (561210)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for IV clean room testing and certification services at the VA Sierra Nevada Health Care System. The contract encompasses a comprehensive range of services, including testing and certifying biological safety cabinets, HEPA filter leak testing, and environmental sampling for bacteria and fungi, among others. These services are critical for ensuring the safety and efficacy of sterile compounding environments in healthcare settings. Interested parties must submit their proposals by November 4, 2025, with questions due by October 29, 2025; the contract has a base period from January 1, 2026, to December 31, 2026, with four optional one-year extensions. For further inquiries, contact Timothy A. Smith at Timothy.Smith9de3@va.gov.

    Point(s) of Contact
    Tim SmithContract Specialist
    (916) 923-4517
    Timothy.smith9de3@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), has issued a presolicitation notice for a Request for Quote (RFQ) for IV Clean Room Testing and Certification services for the VA Sierra Nevada Health Care System. The solicitation, number 36C26126Q0043, is anticipated to be posted on SAM.GOV around October 23, 2025. Quotes are tentatively due on November 4, 2025. Tim Smith, a Contract Specialist, is the point of contact for inquiries, reachable at Timothy.smith9de3@va.gov.
    This government solicitation, 36C26126Q0043, issued by the Department of Veterans Affairs, seeks proposals for cleanroom testing and certification services at the VA Sierra Nevada Health Care System (VASNHS). The contract includes a base period from January 1, 2026, to December 31, 2026, with four one-year option periods, extending services potentially until December 31, 2030. The scope of work encompasses a comprehensive range of services, including testing and certifying biological safety cabinets and laminar airflow workstations, HEPA filter leak testing, USP environmental sampling for bacteria and fungi, nonviable particle counts, smoke visualization testing, room air exchange rate calculations, room pressure readings, and HD wipe sampling for hazardous drugs. Additionally, the solicitation covers the replacement and recertification of various HEPA filters for equipment and rooms. Offerors must adhere to specific submission instructions, with questions due by October 29, 2025, and offers by November 4, 2025. The NAICS code for this acquisition is 561210 (Facilities Support Services) with a size standard of $47 Million.
    This government file is a wage determination for service contracts in Storey and Washoe Counties, Nevada, active from July 8, 2025. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or renewed after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not renewed). The document details fringe benefits, including health and welfare rates ($5.55/hour or $5.09/hour for EO 13706-covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. It also specifies night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (4% or 8%), and uniform allowances. Procedures for conforming unlisted occupations via SF-1444 are included, emphasizing skill comparison over job titles. Certain computer employees may be exempt from these wage determinations.
    Similar Opportunities
    H365--Pharmacy Clean Room Hood Testing & Cert - STC
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Pharmacy Clean Room Hood Testing and Certification services at the St. Cloud VA Health Care System in Minnesota. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires compliance with USP <797> and <800> standards for cleanroom testing and certification. The contract will be awarded as a firm fixed-price for a base period from February 1, 2026, to January 31, 2027, with four additional one-year option periods. Interested contractors must submit their quotes by December 18, 2025, and direct any technical questions to Contract Specialist Evan Beachy at evan.beachy@va.gov or 319-688-3629.
    Water Quality Testing Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide water quality testing services for the VA Northern California Health Care System, specifically across locations in Mather, Martinez, Stockton, Mare Island, and Redding. The services required include Legionella testing, critical water testing, utility water testing, HPC testing for chillers and cooling towers, dialysis machine testing, and bacteria analysis, all in accordance with the established Quality Assurance Surveillance Plan (QASP). This procurement is crucial for ensuring the safety and compliance of water systems within VA facilities, with a contract period starting from January 3, 2026, and extending through January 2, 2031, including four option years. Interested parties must submit questions by December 15, 2025, and are encouraged to attend scheduled site visits in early December 2025; for inquiries, contact David J. Alvarez at david.alvarez4@va.gov.
    J065--Controlled Environment Testing Association (CETA) Certifications Department of Veterans Affairs (VA) Veterans Integrated Service Network (VISN) 4
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide Controlled Environment Testing Association (CETA) Certifications for its Veterans Integrated Service Network (VISN) 4, which includes nine hospitals in Pennsylvania. The procurement involves comprehensive testing, certification, preventive maintenance, repair, and filter replacement services for critical containment and ventilation equipment, adhering to United States Pharmacopeia (USP) standards. This contract, structured as a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year performance period, requires contractors to be CETA certified and registered, with detailed reporting obligations. Interested parties must respond by December 11, 2025, and can contact Loretta Payne at loretta.payne@va.gov for further information.
    Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for reference laboratory services under the Federal Supply Schedule (FSS) program, specifically for medical laboratory testing related to disease diagnosis and patient health assessment. The procurement aims to establish contracts for services that comply with federal, state, and local regulations, including necessary licensing and accreditation, while ensuring that only new items are provided and that grey market goods are strictly prohibited. This opportunity is critical for enhancing the quality of healthcare services provided to veterans, with a focus on compliance with the Trade Agreements Act and other regulatory requirements. Interested vendors should contact Contract Specialist Brian O'Connell at Brian.O'connell@va.gov for further details, and they must adhere to the submission deadlines outlined in the solicitation documents.
    J065--Sterile Storage Cabinets PM&R
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide a Preventative Maintenance (PM) program for sterile storage cabinets at the West Los Angeles VA Medical Center. The objective of this procurement is to ensure the reliability and efficiency of the equipment through scheduled annual maintenance, while also identifying potential issues before critical failures occur. This service is crucial for maintaining optimal conditions in clinical areas where temperature and humidity are concerns. The solicitation is expected to be released around November 21, 2025, with proposals due by December 11, 2025, at 5:00 P.M. MST. This opportunity is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, and all interested parties must be government-certified. For further inquiries, contact Jamie ElBedawi at jamie.elbedawi@va.gov.
    Q301 Reference Laboratory Testing for VA Portland Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Referral Laboratory services for histocompatibility and immunogenetics testing to support the VA Portland Health Care System's transplant program. The selected laboratory must be accredited by the Organ Procurement and Transplantation Network (OPTN) and capable of performing a range of specialized tests, including HLA typing and antibody screening, while adhering to strict regulatory standards and providing 24/7 critical testing services. This contract, which spans from April 1, 2026, to March 31, 2031, is crucial as the VA Portland Health Care System currently lacks the capability to perform these tests in-house. Interested parties must submit their responses by December 26, 2025, to Eric Lingenfelter at eric.lingenfelter@va.gov, with no funding amount specified at this stage.
    Q301--NEW - NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the NTX Combined Reference Lab Testing (Anatomic, Surgical, Genetic) IDIQ, aimed at providing laboratory testing services for the VA North Texas Healthcare System in Dallas, Texas. The contract will cover a range of services including tissue biopsies, surgical pathology, flow cytometry, and genetic analyses, with a performance period from April 1, 2026, to March 31, 2031, and four option years. This procurement is crucial for ensuring timely and accurate medical testing for veterans, with specific requirements including CLIA accreditation, HIPAA compliance, and secure electronic reporting. Interested vendors must submit their proposals by December 15, 2025, at 3:00 PM Eastern Time, and can direct inquiries to Contracting Officer Delphia Schoenfeld at delphia.schoenfeld@va.gov.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.
    Q301--Elliot Follow On (VA-25-00093642)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source five-year Blanket Purchase Agreement (BPA) to Elliot Hospital for specialized and routine laboratory testing and blood irradiation services. The procurement requires the contractor to provide STAT testing with a one-hour turnaround time, along with other laboratory services on an as-needed basis, adhering to strict compliance with federal and state regulations, including HIPAA and CLIA. This opportunity is crucial for ensuring timely and quality medical laboratory services for veterans, with a response deadline for interested parties set for December 12, 2025, at 3:00 PM EST. Interested vendors should submit their qualifications to Sarah Otis at Sarah.Otis@va.gov, as no competitive proposals will be solicited.
    H166--Fume Hood Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Fume Hood Services for the Central Texas Veterans Health Care System, encompassing facilities in Temple, Waco, and Austin, Texas. The procurement aims to establish a contract for a base year plus four option years, requiring the contractor to furnish all necessary supplies, tools, labor, and travel for the annual or semi-annual adjustments and certifications of fume hoods, ensuring compliance with CAP, CNBT, and NSF/ANSI 49 standards. This service is critical for maintaining safe laboratory environments and ensuring the operational integrity of fume hoods used in healthcare settings. Interested parties, particularly service-disabled veteran-owned, veteran-owned, small, HUBZone, or large businesses under NAICS code 541380, are encouraged to respond to this Sources Sought Notice for market research purposes. For further inquiries, contact Maria Orosco-Hofmann at maria.hofmann@va.gov or (210) 694-6375.