3590--HEPA CART
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 5, is issuing a Request for Information (RFI)/Sources Sought for market research purposes. The VA seeks to identify capable firms for providing, operating, and maintaining High-Efficiency Particulate Air (HEPA) filtration carts at the Washington DC VA Medical Center. This is not a solicitation, and no contract will be awarded from this notice. Responses are due by May 8, 2026, at 12:00 PM EST.
Purpose & Scope
The Washington DC VA Medical Center requires HEPA filtration carts during maintenance, construction, renovation, or repair activities in or adjacent to occupied buildings. The purpose is to control airborne contaminants, protect patients, staff, and visitors, and ensure compliance with applicable regulations. The SOW outlines requirements for Facilities Management Services (FMS) contractors to provide, operate, and maintain these carts.
Key Requirements
HEPA carts must meet specific criteria, including:
- HEPA filters certified to capture at least 99.97% of particles 0.3 microns.
- Variable speed fans and negative air pressure capability.
- Portability and appropriate sizing for work areas.
- Mobile Containment Unit design for rapid deployment.
- Adjustable ceiling access (up to 10 feet) for a dust-tight barrier.
- Durable construction, easy setup, clear viewing panels, integrated electrical outlets, and a lockable entry door.
- Compliance with VA, federal (OSHA, CDC), state, local, and industry standards (ASHRAE 170, ANSI/AIHA Z9.2).
Deliverables include documentation of inspections, maintenance, filter changes, daily operational logs, pressure monitoring records, incident reports, and staff training certificates.
Submission Details
Interested firms must submit responses via email to james.ferro@va.gov by the deadline. Submissions should include:
- Company Name, UEI, Cage Code, Dun & Bradstreet Number.
- Point of Contact information.
- Socio-economic status (SDVOSB, VOSB, Woman-Owned, etc.) with proof of SBA certification for SDVOSB/VOSB and small business status for all small businesses.
- Manufacturer or distributor status (with confirmation if a distributor).
- Current government contract information (if applicable).
- Confirmation of ability to service VA locations.
- Suggested NAICS/PSC codes and justification (suggested NAICS: 334512; PSC: 3590).
- Invoicing methods and estimated rates.
- Required certifications.
- Any concerns, questions, or ambiguities.
Set-Aside & Evaluation
While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond. This market research will assist in developing the requirement and the acquisition strategy (e.g., socioeconomic set-aside, full and open competition). The VA assumes no responsibility for costs incurred in preparing responses.
Contact Information
James Ferro, Contracting Officer, at james.ferro@va.gov.