6515--Hydrogen Peroxide Monitor in support of the Sioux Falls VAHCS
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), specifically the Sioux Falls VA Healthcare System, is soliciting quotes for a Hydrogen Peroxide Monitor system. This procurement aims to upgrade existing Chemdaq monitors and sensors, which are being discontinued, to maintain continuous monitoring capabilities. This is a 100% Total Small Business Set-Aside. Quotes are due by March 3, 2026, at 10:00 AM CST.
Scope of Work
The requirement is for a Hydrogen Peroxide Monitor system, brand name or equal to Chemdaq Steri-Trac 2, that is 100% compatible with the existing ChemDAQ monitoring system. Key deliverables include:
- Upgrade of current Chemdaq monitors and sensors.
- A sensor exchange program providing calibrated sensors every four months.
- Peracetic Acid and Hydrogen Peroxide monitors and sensors capable of twenty-four-hour continuous monitoring.
- Onsite in-service training.
- Area monitors that track and display time-weighted average exposure relative to OSHA limits (Action Level, PEL, Excursion Limit).
- Area monitors with early warning alarms/alerts and customizable alarm settings.
- Independent area monitors with built-in battery backup.
- Area monitors displaying instantaneous, 15-minute TWA, and 8-hour TWA, activating alarms at the point of measurement.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Place of Performance: Sioux Falls VA Healthcare System, 2501 W. 22nd St., Sioux Falls, SD 57105.
- Set-Aside: 100% Total Small Business.
- NAICS Code: 334516 (Size Standard: 1000 Employees).
- Technical Questions Due: February 24, 2026, 10:00 AM CST.
- Quotes Due: March 3, 2026, 10:00 AM CST.
- Delivery: 90 days ARO (After Receipt of Order).
Submission & Evaluation
This is a combined synopsis/solicitation (RFQ) conducted under FAR Part 13 (Simplified Acquisition Procedures). Quotes must be emailed to Marie Weathers, Contract Officer, at marie.weathers@va.gov prior to the closing date and time. Offerors are responsible for ensuring their quote is received in its entirety. FAR provisions 52.212-1, 52.212-2, and 52.212-3 apply. Evaluation will consider price and other factors. Offers must be held firm for 30 calendar days.
Additional Notes
Prospective offerors must be registered and current in the System for Award Management (SAM) database (https://www.sam.gov) at the time of offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-26 (10/01/2025). The Defense Priorities and Allocations System (DPAS) does not apply.