H265--Medical Gas Inspection Annual Base + 4
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 (NCO-10), is conducting market research to identify capable sources for Medical Gas Testing and Inspection Services at the Dayton VA Medical Center in Dayton, Ohio. This is a Request for Information (RFI) to gather industry feedback and assess vendor capabilities. Responses are due March 19, 2026.
Scope of Work
The contractor will be required to provide all resources for the annual evaluation of piped medical gas systems, including Oxygen, Nitrous Oxide, Nitrogen, Medical Air, Dental Air, Medical Vacuum, Dental Vacuum, and Evacuation/WAGD Systems. All inspections must comply with stringent industry standards and codes, specifically:
- Joint Commission on Accreditation of Healthcare Organizations (JCAHO)
- Compressed Gas Association (CGA)
- National Protection Fire Association (NFPA) 99
- American Society of Sanitary Engineering (ASSE)
- United States Pharmacopeia Convention (USP/NF)
Contract Details
- Opportunity Type: Request for Information (RFI) / Sources Sought
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a $34 Million small business size standard.
- Product Service Code: H265 (Equipment and Materials Testing: Medical, Dental, and Veterinary Equipment and Supplies).
- Place of Performance: Dayton VA Medical Center, 4100 W 3rd St, Dayton, Ohio 45428.
- Set-Aside: This RFI is for market research to determine if adequate small business contractors exist, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB).
Submission Requirements
Interested parties must submit a capability statement and answers to five specific questions:
- Interest in providing a quote.
- Capability to provide requested services.
- Ability to comply with specified industry standards (JCAHO, CGA, NFPA 99, ASSE, USP/NF).
- Socio-economic status (SVOSB/VOSB, WOSB, EDWOSB, HUB, 8a, SDB) with SBA certification copies if applicable, and scope of operations.
- Ability to comply with Limitations on Subcontracting rules (FAR 52.219-14, 13 CFR 125.6, VAAR 852.219-75). Respondents must also complete the "Vendor Information" section (page 4 of the document). Do not submit pricing information.
Key Dates & Contact
- Response Due: March 19, 2026, 1:00 PM EST
- Submission Method: Email to Jeremy.Nee@VA.gov
- Contracting Officer: Jeremy Nee (jeremy.nee@va.gov)
Additional Notes
This is solely for information and planning purposes and does not constitute a commitment by the Government to award a contract. Responses will be used for market research to identify potential sources. The VA will not pay for information received, and all associated expenses are the responder's responsibility.