6640--B2 Biosafety Cabinet Replacement
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 U.S. Department of Veterans Affairs (VA), Network Contracting Office (NCO) 23, is conducting market research through a Sources Sought Notice to identify qualified small businesses for B2 Biosafety Cabinet Replacement at the NWI VA Health Care System. This notice aims to determine the availability of Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or other Small Businesses capable of providing these services. Responses are due by 05:00 PM CST on February 16, 2025.
Scope of Work
The requirement involves the replacement of an existing Biosafety Cabinet (BSC), Type B2 NU-S560-600 Class II, with a new BSC meeting specific Class II, Type B1 NSF Std. No. 49 Class requirements. Key aspects include:
- New BSC must meet specific dimensions, be constructed from all-welded 16GA Type 304 stainless steel, and have defined performance characteristics (work access opening, inflow velocity, exhaust CFM/CFH, exhaust diameter).
- Relocation of the existing Greenheck damper (Model: HBTR-151) onto the new BSC, ensuring a tight, leak-free connection.
- Work must conform to existing utilities (115 V, 60Hz, 20amp).
- Work hours are expected to be phased during or after normal business hours (0730-1600) to minimize impact on patients or staff.
- The contractor must manage construction hazards, dust, and comply with VHA 7715, including Preconstruction Risk Assessment (PCRA) and Infection Control Risk Assessment (ICRA).
- A project schedule must be provided within 10 calendar days of notice to proceed.
- Contractor must manage records in accordance with Federal law and NARA regulations.
Contract & Timeline
- Type: Sources Sought / Market Research (does not constitute a solicitation)
- Anticipated Contract Type: The attached Performance Work Statement (PWS) describes a firm-fixed contract.
- Set-Aside: Primarily seeking SDVOSB or VOSB sources, but open to any Small Business. Small business size standard is 1,000 Employees under NAICS 334516 (Analytical Laboratory Instrument).
- Response Due: February 16, 2025, by 05:00 PM CST
- Published: February 6, 2026
Submission Requirements
Respondents must submit a capability statement via email only to erica.miller5@va.gov, including:
- Offeror Name, Address, and UEI Number.
- Point of contact name, phone number, and e-mail.
- Indication of SDVOSB or VOSB status (to be verified via Vet Biz at https://veterans.certify.sba.gov/).
- Whether the vendor holds a General Services Administration (GSA) Federal Supply Schedule (FSS) contract, and if so, the contract number.
- Applicable staff certifications and licensure.
Additional Notes
This is for market research and planning purposes only; it is not a solicitation, and the government will not accept unsolicited offers. No technical questions will be accepted at this time, and phone calls are not permitted. The government will not pay for any information or administrative costs incurred in response to this notice. Responses are not offers and cannot form a binding contract.