H241--Pharmacy Hood and Area Certification
ID: 36C25926Q0056Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (H241)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking proposals for Pharmacy Hood and Area Certification services at the Sheridan VA Medical Center in Wyoming. The procurement requires qualified contractors to provide testing and certification for pharmacy compounding areas, including buffer and ante rooms, as well as specific laminar flow and biosafety hoods, adhering to CETA standards. These services are critical for ensuring compliance with health regulations and maintaining the integrity of Compounded Sterile Products (CSPs) within the facility. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their proposals by November 10, 2025, with the contract expected to span a base period from November 15, 2025, to November 14, 2026, and include four one-year options. For further inquiries, contact Aaron Thurber, the Contracting Officer, at aaron.thurber@va.gov or 303-712-5745.

    Point(s) of Contact
    Aaron ThurberContracting Officer
    (303) 712-5745
    aaron.thurber@va.gov
    Files
    Title
    Posted
    This document is an amendment to a previous combined solicitation, number 36C25926Q0056, for Pharmacy Hood and Area Certification. The Department of Veterans Affairs, Network Contracting Office 19, located in Greenwood Village, CO, issued this solicitation. The response deadline is November 13, 2025, at 10:00 AM MOUNTAIN TIME, Denver, USA. This procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 541380 (Testing Laboratories) and Product Service Code H241 (Medical/Dental Care). The place of performance is the Sheridan VA Medical Center in Sheridan, WY. The amendment includes several attached documents: S06 - 36C25926Q0056 0001, Attachment 1 - Statement of Work - Revised 7 NOV 25, Attachment 2 - Questions and Answers, and Attachment 3 - SOP 119-15 IV Room Air and Surface Monitoring. Aaron Thurber is the Contracting Officer and point of contact.
    The Department of Veterans Affairs is seeking bids for Pharmacy Hood and Area Testing and Certification services for the Sheridan VA Medical Center in Sheridan, WY. This solicitation, number 36C25926Q0056, is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 541380 (Testing Laboratories). The response deadline is November 10, 2025, at 10 AM Mountain Time. Interested parties should refer to the attached Statement of Work for detailed requirements. The point of contact for this solicitation is Aaron Thurber, Contracting Officer, at aaron.thurber@va.gov or 303-712-5745.
    This Statement of Work outlines requirements for pharmacy compounding and hood testing and certification services at the Sheridan VAMC. The contractor must provide personnel, equipment, and technical support for testing and certification of the pharmacy compounding area, including buffer and ante rooms, and specific laminar flow and bio-safety hoods (Baker EG-6320 S/N 114140 and NuAire NU-430-400). Services must adhere to CETA Standards, with CETA-certified personnel. The pharmacy compounding area requires semi-annual certification in October and April, while the VA Laboratory Bio-Safety hood needs annual certification in October. Work will occur at various locations within the Sheridan VAMC during standard business hours, with 24/7 phone support. Specific tasks include airflow testing, room pressurization measurements, particle counts, leak testing, and bacterial/fungal testing. Deliverables include detailed certification reports for the compounding area and hoods, documenting HVAC and PEC airflow, and a field certification report with findings and recommendations, submitted in PDF format.
    The Statement of Work outlines requirements for pharmacy compounding and hood testing and certification services at the Sheridan VA Medical Center. The contractor must provide personnel, labor, technical support, and equipment for semi-annual CETA certification of the pharmacy compounding area (buffer and ante rooms) in October and April, and annual CETA certification of the VA Laboratory Bio-Safety hood (NuAire Brand) in October. Services include airflow testing, particle counts, smoke tests, room pressurization measurements, bacterial and fungal testing, and HVAC adjustments. Hood certification for both the Baker EG-6320 S/N 114140 and NuAire NU-430-400 models is required, including inflow/downflow measurements, particle counts, and leak testing. All work must comply with CETA standards, and personnel must be CETA certified. The contractor must also provide 24/7 technical phone support. Deliverables include detailed certification reports documenting ACPH from HVAC, PEC, and total combined ACPH, as well as field certification reports with findings and recommendations, emailed in PDF format to the CO and local VA POC.
    The document,
    The Sheridan VA Medical Center's Pharmacy IV Cleanroom Suite Standard Operating Procedure (SOP) 119-15 establishes mandatory microbiological air and surface monitoring procedures for its ante-room, buffer rooms, and primary engineering controls (PECs). Effective April 1, 2025, this SOP ensures compliance with VHA Directive 1108.12 and USP General Chapter <797> to prevent contamination of Compounded Sterile Products (CSPs). The program includes viable impact volumetric airborne particulate sampling biannually by a CETA certifier and monthly surface sampling. Action levels are defined for ISO Class 5, 7, and 8 areas for both air and surface monitoring. Exceeding these levels requires investigation and corrective action, with documentation of all tests, results, and equipment records. The Chief of Pharmacy and Quality Program Manager are responsible for oversight, ensuring compliance, personnel competency, and environmental control.
    This government solicitation (RFP 36C25926Q0056) from the Department of Veterans Affairs seeks proposals for "Pharmacy Hood and Area Testing and Certification" services at the Sheridan VA Medical Center. The contract includes a base period and four option years, covering services such as measurement, testing, adjusting, sampling, and documentation for pharmacy compounding areas and laminar flow hoods, as well as biosafety hood certifications and report development. The acquisition is set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 541380 with a $19 million size standard. Key clauses address contract terms, electronic invoice submission, and strict limitations on subcontracting for SDVOSBs, requiring adherence to VAAR and SBA regulations. The total duration of the contract, including options, will not exceed five years, with an offer due date of November 10, 2025.
    This document outlines Amendment 0001 to Solicitation 36C25926Q0056, issued by the Department of Veterans Affairs, Network Contracting Office 19. The amendment addresses questions, clarifies line items and the Statement of Work, and extends the offer receipt deadline to November 13, 2025, at 10:00 MST. The solicitation is for pharmacy compounding area and biosafety hood certification services, including measurement, testing, adjusting, sampling, documentation, report development, and recertifications. The contract includes a base period from November 15, 2025, to November 14, 2026, and four one-year options extending through November 14, 2030. Services are categorized under NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance) and product/service code H241 (Equipment and Materials Testing - Refrigeration, Air Conditioning, and Air Circulating Equipment).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    J041--Kitchen Hood Cleaning
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 19, is seeking qualified contractors for Kitchen Hood Cleaning services at the Cheyenne VA Medical Center in Wyoming. The procurement requires comprehensive cleaning and inspection of kitchen exhaust systems, adhering to NFPA 96 and IKECA standards, with services to be performed quarterly and coordinated with facility operations. This contract is crucial for maintaining safety and compliance in kitchen environments, ensuring that all systems are free from grease and other deposits that could pose fire hazards. Interested small businesses must respond to the solicitation by December 15, 2025, at 4:30 PM Mountain Time, and can contact Contracting Officer Aaron Thurber at aaron.thurber@va.gov or 303-712-5745 for further details.
    H312-- FIRE AND SMOKE DAMPER INSPECTION SERVICES
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for Fire and Smoke Damper Inspection Services at the Sheridan VA Health Care System in Wyoming. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), requires the contractor to conduct inspections, testing, and reporting on approximately 598 fire, smoke, and combination dampers across 12 buildings, with inspections mandated every four years. This service is critical for ensuring compliance with safety standards and maintaining the integrity of fire control systems within the facility. Interested parties must submit their proposals by the specified deadline, and for further inquiries, they can contact Contracting Specialist Christine Jarvis at christine.jarvis@va.gov or by phone at 303-712-5784.
    R499--Sterile Compounding Compliance QA Program
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for a Sterile Compounding Compliance Quality Assurance (QA) Program. This program aims to ensure compliance with sterile compounding standards through various services, including monthly competency assessments, media fill tests, and environmental monitoring, with a contract period extending from January 1, 2026, to December 31, 2030. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under NAICS code 541690, highlighting its significance in maintaining high standards in healthcare environments. Interested parties must submit their proposals by December 5, 2025, at 12 PM CST, and can direct inquiries to Contracting Specialist Matt Lee at matthew.lee5@va.gov or 210-393-9281.
    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.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for the renovation of the pharmacy at the Louis A. Johnson Veterans Affairs Medical Center in Clarksburg, West Virginia, to ensure compliance with USP 800 standards. The project, designated as 540-18-102, requires the contractor to provide all necessary labor, materials, equipment, permits, transportation, and supervision for the construction services, with a performance period of 496 calendar days. This procurement is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) set-aside, with an estimated construction magnitude between $2,000,000 and $5,000,000, and interested bidders must be registered in the SAM database and the SBA Small Business Search Database. The deadline for bid submissions is January 7, 2026, at 3 PM Eastern Time, and all inquiries should be directed to Contracting Officer Rebecca Besten at Rebecca.Besten@va.gov or by phone at 304-623-3461 ext 3895.
    Q517--36C249-26-AP-0130 - VISN - Annual Wall-to-Wall Pharmacy Inventory
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 9, is seeking proposals for Annual Wall-to-Wall Pharmacy Inventory services across various VA Medical Centers within VISN 09. The procurement aims to secure contractor support for the physical counting of both controlled and non-controlled pharmacy drugs, ensuring reconciliation with automated systems and compliance with VA, DEA, and FDA regulations. This service is critical for maintaining accurate inventory records and ensuring the proper management of pharmaceutical supplies within the VA healthcare system. Interested parties, particularly Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), should note that the solicitation is anticipated to be issued on December 8, 2025, with responses due by December 15, 2025, and the contract award expected on December 17, 2025. For further inquiries, contact Mario Russell at mario.russell@va.gov.
    J056--ACC Pharmacy Preparation and Demolition Project # 459-26-003
    Buyer not available
    The Department of Veterans Affairs, specifically the Pacific Islands Health Care System, is seeking qualified contractors for the "ACC Pharmacy Preparation and Demolition Project 459-26-003." This project entails the demolition of existing structures, replacement of flooring, and the relocation and installation of utilities in the prescription preparation area to accommodate new equipment. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated value between $250,000 and $500,000. Interested contractors must be registered in the System for Award Management (SAM) and verified as SDVOSB to be eligible for award. The solicitation is expected to be released around mid-late December 2025, and inquiries can be directed to Contract Specialist Christopher Aguon at christopher.aguon@va.gov.
    Z2DA--618-26-600, Pharmacy Flooring Repair
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Pharmacy Flooring Repair" project at the Minneapolis VA Medical Center, specifically for the removal and replacement of flooring in Building 70, Room 2P-135. This project is set aside for Service-Disabled Veteran-Owned Small Businesses and requires adherence to VA design guides and specifications, ensuring the new flooring meets infection control standards while allowing the pharmacy to remain operational during construction. The estimated contract value ranges from $25,000 to $100,000, with proposals due by December 8, 2025, and a mandatory site visit scheduled for November 17, 2025. Interested contractors should direct inquiries to Contract Specialist Benjamin J Woehrle at Benjamin.Woehrle@va.gov.
    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.
    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.