6830--Dry ICE Delivery Base and four years for San Diego VA
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 VISN 22 Network Contracting Office, is conducting a Request for Information (RFI) to identify qualified sources for Dry Ice Delivery services to the VA San Diego Healthcare System. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due May 25, 2026, at 10:00 AM PST.
Scope of Work
The VA San Diego Healthcare System's Pathology and Laboratory Medicine Service (PALMS) requires dry ice deliveries for packaging, transporting, and shipping patient specimen samples. The contractor will be responsible for:
- Delivering dry ice to VA San Diego PALMS, Laboratory Rm 1229A Send-outs office, Bldg 1, 3350 La Jolla Vill Dr, San Diego CA 92161.
- Two deliveries per week (Mondays and Thursdays, 8:00 AM - 11:00 AM), with 100 lbs per delivery.
- Dry ice must be tubular in shape, half an inch in diameter, various lengths (max 2.5 inches or less), and packaged with material covering the ice.
- The dry ice must last long enough to transport specimens approximately 1-100 miles.
- The vendor must dispose of empty packing materials and all waste related to the services on-site.
- While normal duty hours are 7:30 AM to 5:00 PM, Monday through Friday, the service operates 24/7, requiring potential coordination outside normal hours.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 325120 (Size Standard: 1000 Employees)
- Estimated Period of Performance (for future contract): Base year (09/18/2026 - 09/17/2027) plus four option years, extending through 09/17/2031.
- Set-Aside: None specified (market research stage); interested parties should indicate business size status.
- Response Due: May 25, 2026, at 10:00 AM PST.
- Published: May 7, 2026.
Information Requested
Respondents should provide:
- Company name, address, point of contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business).
- Confirmation of small business status under NAICS 325120.
- Manufacturer or distributor status, and country of origin.
- Details on any alteration/assembly if a distributor.
- Existing federal contract information (FSS, NAC, NASA SEWP, etc.) and whether referenced items are on schedule.
- General pricing for market research.
- Capabilities demonstrating ability to meet salient characteristics or provide "equal to" items, with clear and convincing evidence.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or a binding contract. Responses are not offers and cannot be accepted by the Government. Responders are responsible for all associated costs. A solicitation may be published later based on RFI responses.