F108--32C24126Q0324 Bedford Radiation Decommissioning
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 01 is soliciting quotes for Radiological Decommissioning Services at the VA Bedford Health Care System in Bedford, MA. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) / Veteran-Owned Small Business (VOSB) Set-Aside. The requirement is for a Firm-Fixed Price Purchase Order. Quotes are due May 11, 2026, at 3:00 PM EST.
Scope of Work
The contractor will perform a comprehensive Radiological Final Status Survey (FSS) for approximately 6,300 square feet across Buildings 17, 18, 70, and 79. Key tasks include:
- Reviewing historical site assessments and analyzing physical data.
- Providing raw lab results and removing radioactive waste from Building 79.
- Developing and executing an FSS Plan in accordance with MARSSIM requirements.
- Surveying and sampling affected and unaffected areas, including equipment like microfuges and liquid scintillation counters.
- Providing all necessary NIST-calibrated instrumentation.
- Documenting all data in a Final Status Survey Report (FSSR) acceptable to the Nuclear Regulatory Commission (NRC)/National Health Physics Program (NHPP).
- Collecting, storing, and removing all generated hazardous waste (radioactive and non-radioactive).
- Ensuring compliance with federal, state, and local regulations, including NRC or Commonwealth of Massachusetts licensing for decommissioning work.
- Adhering to interim life safety plans, infection control measures, and coordinating utility shutdowns.
- Providing quality control, decommissioning project, restoration, and demobilization plans.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Combined Synopsis/Solicitation - RFQ)
- Set-Aside: 100% SDVOSB / VOSB
- NAICS Code: 562910 (Remediation Services), $25 million size standard
- Product Service Code: F108 (Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support)
- Period of Performance: Anticipated three weeks (contiguous or non-contiguous)
- Questions Due: May 7, 2026, 12:00 PM EST
- Quotes Due: May 11, 2026, 3:00 PM EST
- Published: April 27, 2026
Submission & Evaluation
Quotes must include Price, Technical capabilities (via a capabilities statement, decommissioning project plan, FSS plan, FSSR, restoration plan, and demobilization plan), and Past Performance (3 references). Evaluation factors are Technical/Quality, Past Performance, Veterans Involvement (SDVOSB/VOSB status), and Price. Award will be based on a comparative evaluation to determine the quote most favorable to the Government. Offerors must follow instructions in FAR 52.212-1, evaluation criteria in Section E (52.212-2), and pricing in Section B.3.
Eligibility & Registration
Prospective firms must be registered in SAM.gov, verified by the SBA in VetCert, and "vendorized" by completing VA Form 10091.
Contact
All questions and quotes should be directed to Pamela L. Parham at pamela.parham3@va.gov.