Biosafety Cabinet Maintenance and Certification BPA
ID: HT941025Q2047Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (H965)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking qualified small businesses to provide maintenance and certification services for biosafety cabinets across its Defense Health Networks in the Pacific Rim, Central, and Indo-Pacific regions. The procurement involves a Blanket Purchase Agreement (BPA) for a five-year term, with an option for a six-month extension, requiring contractors to deliver trained field certifiers who will perform necessary maintenance and certification in compliance with established safety standards. This initiative is crucial for ensuring the operational integrity and safety of laboratory environments that handle potentially hazardous materials, thereby supporting the health and safety of military personnel. Interested vendors must submit their quotes electronically by 8:00 am PDT on May 16, 2025, and can direct inquiries to Gilberto Esteves at gilberto.a.esteves.civ@health.mil or Pedro Reyes at pedro.a.reyes10.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for a Contractor to provide maintenance, testing, and certification services for biosafety cabinets and primary engineering controls in Defense Health Networks across the Pacific Rim and Indo-Pacific regions. Services include on-site calibration, preventive maintenance, and annual certification per OEM specifications and DoD safety standards. The Contractor must employ qualified technicians accredited through the NSF Biosafety Cabinet Field Certification program and ensure compliance with stringent safety protocols, including handling hazardous materials. Deliverables require comprehensive field service reports detailing all certification work and adherence to specified testing methods. The contract covers an initial term of one year, with options for four additional years and stipulates that all work be performed during standard hours unless otherwise approved. The overarching goal is to maintain optimal operational conditions for vital medical equipment, ensuring patient care safety and efficacy.
    The Past Performance Questionnaire (PPQ) is utilized by the Defense Health Agency (DHA) to evaluate an Offeror's past performance for a U.S. Government contract. The document requests details such as the Offeror's name, contact information, contract specifics, and the evaluator's information. Evaluators are asked to rate various aspects of the Offeror's performance, including relationship with the client, management of subcontractors, quality of work, and compliance with regulations. Ratings range from "Exceptional" to "Unacceptable," without using a "+" or "-" scale. Additionally, the questionnaire seeks insights into issues such as the effectiveness of problem-solving and client satisfaction. Evaluators can include comments or explanations for their ratings, and adverse remarks can be shared with the Offeror for response. The document emphasizes the importance of truthful and accurate assessments as it can influence future contract awards. This structured evaluation process underscores the DHA's commitment to maintaining high standards in contractor performance and accountability in federal contracting.
    The document outlines a solicitation for a five-year Blanket Purchase Agreement (BPA) for the certification and maintenance of biosafety cabinets, with a potential six-month extension. The project is managed by the DHA Western Markets Contracting Division, with a performance period commencing on May 23, 2025, and concluding on November 22, 2030. The quote sheet details two Contract Line Item Numbers (CLINs): the first for maintenance and certification from May 2025 to May 2030 and the second for an extension period until November 2030. Offerors are required to provide a quotation with a total evaluated price, along with their business details and acknowledgment of any amendments to the solicitation. Quotes must be submitted by 8:00 am PDT on May 16, 2025, with the offeror obligated to maintain price validity for 30 days post-submission. This solicitation highlights the government's commitment to maintaining safety standards in the operation of biosafety cabinets crucial for laboratory environments.
    The document outlines a compilation of laboratory equipment across various military facilities, including those operated by the Army, Navy, and Air Force. Each entry specifies the type of equipment, its manufacturer, model, class, and certification dates, highlighting the importance of maintaining compliance with safety standards. The equipment detailed primarily falls under Class II categories, which include various types of laboratory hoods and enclosures, indicating a focus on environments that handle potentially hazardous substances. The entries are organized by branch of the military, location, and facility type, providing a comprehensive inventory essential for equipment certification and maintenance due dates. Ensuring these laboratories are up to code is crucial for health and safety in military medical operations, reflecting the government's commitment to maintaining rigorous operational standards in support of personnel welfare.
    The document enumerates various laboratory equipment installations across U.S. military medical facilities, detailing the specifications related to each unit. The inventory includes a range of Class II biological safety cabinets and laboratory equipment from manufacturers such as Labconco and NuAire, identified by their model numbers and classified according to their type—either A2 or B2. Facilities listed span across different branches of the military, including the Army, Navy, and Air Force, with locations in Korea, Guam, Japan, and America. Each entry specifies the installation site, addressing the equipment's purpose in laboratory environments, which is vital for maintaining safe and effective working conditions in clinical settings. The document serves as a resource for government agencies involved in federal grants and RFPs related to health and laboratory service provisions, ensuring compliance with standards for laboratory operations and safety. This inventory reflects ongoing efforts to equip medical facilities to support military personnel's health needs effectively.
    The document outlines various pharmacy installations and their certification details for military medical facilities across different locations in the PAC-RIM and Central regions. It lists the manufacturer, model, class, last certification date, and due certification date for network service installations associated with U.S. Navy and Air Force medical groups. Facilities such as BMC Iwakuni, NH Okinawa, NH Guam, and MEDDAC-K in Korea are identified, along with the specific equipment required for achieving compliance. The types of installations include compounding aseptic containment isolators (CACIs), airflow workbenches, and various classes of biological safety cabinets. Each entry specifies critical dates for recertification, indicating a focus on maintaining operational standards and safety in military healthcare settings. The document is indicative of the government’s emphasis on ensuring that medical facilities are equipped with properly certified equipment, adhering to regulations and standards necessary for effective pharmacy operations.
    The provided document outlines specifications for pharmaceutical compounding equipment installations across various military facilities in the Pacific Rim, primarily focusing on Navy and Air Force bases in Japan and Guam. It lists multiple types of equipment, including Compounding Aseptic Containment Isolators (CACI) and Class II biological safety cabinets, along with the manufacturers and models. Each entry denotes the installation location, the specific facility (e.g., BMC IWAKUNI BIRTHING CTR, 35TH MEDGRP), and the associated equipment class. The purpose of this document appears to be the procurement of medical-grade equipment essential for safe pharmaceutical practices within military medical facilities. It serves as a reference for government entities involved in Request for Proposals (RFPs) and grants related to healthcare infrastructure improvements, ensuring compliance with safety and operational standards in military healthcare settings.
    The government document announces a Request for Quote (RFQ) for a Blanket Purchase Agreement (BPA) focused on Biosafety Cabinet Maintenance and Certification services for the Defense Health Networks across the Pacific Rim, Central, and Indo-Pacific regions. The contract is intended for a five-year term, with an option for an additional six-month extension, exclusively set aside for small businesses. The selected contractor will be responsible for providing trained field certifiers to perform maintenance and certification adhering to applicable standards. Interested vendors must submit their quotes electronically by 08:00 am PDT on May 16, 2025, detailing their technical capabilities and past performance records. Evaluation criteria will primarily focus on technical capability, past performance, and price, with emphasis on achieving the best value for the government. Quoters are instructed to comply with numerous Federal Acquisition Regulation (FAR) clauses, including regulations related to telecommunications equipment. This solicitation exemplifies ongoing efforts by the Defense Health Agency to ensure safety and compliance within its facilities, reinforcing its commitment to maintaining standards in health service environments.
    The solicitation HT941025Q2047 outlines maintenance and certification requirements, clarifying contractor obligations for site visits, travel costs, and service frequency. Contractors must include additional travel expenses and any necessary parts or labor in line item CLIN 1001, covering a five-year period and potential six-month extensions. There are no limits on the number of trips requested, as they are determined by an as-needed basis regarding calibration and maintenance schedules. A schedule for unit certification is provided, though the number of units per testing round is contingent on individual location certification timelines. The overall pricing must reflect all travel expenses, but the estimated annual number of trips remains undefined. This solicitation aims to ensure that contractors are aware of all requirements and associated costs related to service maintenance and certification for the specified period.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    Water Sample Collection and Analysis Services
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking qualified contractors to provide water sample collection and analysis services at Shaw Air Force Base, Poinsett Range, and Wateree Air Force Recreational Area. The contractor will be responsible for collecting, labeling, transporting, and analyzing water samples from various sources, ensuring compliance with federal, state, and local regulations, including EPA standards, and providing recommendations for remediation as necessary. This procurement is critical for maintaining water quality and safety, with an estimated total award amount of $19 million over a base year and four option years. Interested parties should submit their quotes electronically by the specified deadline and may direct inquiries to Lenore Y. Paseda or Yuleiny Garcia via email.
    TX Bio Mermade PMA
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    42--MASK,CHEMICAL-BIOLO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of chemical-biological masks, specifically NSN 4240017257022, with a total quantity of 201 units required for delivery to DLA Distribution San Joaquin within 30 days after the order date. These masks are critical for ensuring the safety and protection of personnel in environments where chemical and biological threats may be present. The solicitation is a Request for Quotation (RFQ) and is set aside for small businesses, with all responsible sources encouraged to submit their quotes electronically. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, and the solicitation can be accessed through the DLA's online platform.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    North Carolina Army/Air National Guard Medical Laboratory Services BPA
    Dept Of Defense
    The Department of Defense, through the North Carolina Army/Air National Guard, is seeking vendors to provide Medical Laboratory Services via a Blanket Purchase Agreement (BPA). The contractor will be responsible for analyzing blood and urine samples collected by the Government, ensuring compliance with all relevant regulations, and delivering electronic test results within 48 hours. This procurement is critical for maintaining the health and readiness of National Guard personnel, and the contract will span a five-year period. Interested vendors must be registered in SAM.gov and submit their proposals, including pricing and technical capabilities, by the specified deadlines, with inquiries directed to Amy Daniels at amy.b.daniels2.civ@army.mil or Ryan Heald at ryan.l.heald.mil@army.mil.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/ Uniform Formulary Additional Discount Program
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for a Blanket Purchase Agreement (BPA) and an Additional Discount Program (ADP) for pharmaceutical agents to be included in the DoD Uniform Formulary (UF). This procurement aims to establish an effective pharmacy benefits program for the Military Health System (MHS), focusing on oncological agents for myelofibrosis and antihemophilic agents, with evaluations based on clinical and cost-effectiveness. Interested vendors must submit their quotes by January 16, 2026, with a pre-quotation teleconference scheduled for November 20, 2025. For further inquiries, contact Tracy Banks at tracy.e.banks2.civ@health.mil or Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil.