H266--Attention Jerry Choinski NC01 - Environmental Monitoring, Testing and Incubation VISN1 (VA-26-00020314)

SOL #: 36C24126Q0421Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

Place of performance not available

NAICS

Testing Laboratories and Services (541380)

PSC

Equipment And Materials Testing: Instruments And Laboratory Equipment (H266)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 13, 2026
2
Submission Deadline
Apr 22, 2026, 4:00 PM

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 VISN 1, is seeking proposals for a 5-year Blanket Purchase Agreement (BPA) for Environmental Monitoring, Testing, and Certification Services. This 100% Small Business Set-Aside opportunity covers all VISN 1 pharmacy locations, ensuring compliance with VA pharmacy policy and USP 797/800 clean room regulations. Quotes are due April 22, 2026, at 12:00 PM EST.

Scope of Work

The contractor will provide comprehensive environmental testing, incubation, and certification of Primary Engineering Controls (PECs) and sterile clean rooms used for Compounded Sterile Preparations (CSPs). Key services include:

  • Semi-annual and as-needed certification of PECs (e.g., biological safety cabinets, laminar airflow workstations) and clean rooms.
  • Specific testing: Viable and non-viable particle counts, HEPA filter integrity, airflow testing (velocity, exchange rate, pressure differential), air pattern analysis, and microbiological air and surface monitoring.
  • Hazardous Drug Residue Testing: Semiannual environmental wipe sampling for hazardous drug surface residue.
  • Personnel Competency Assessment: Optional services for assessing compounding personnel competency, including gowning/garbing observation, Gloved Fingertip (GFT), and Media Fill Tests (MFT).
  • Reporting: Provision of comprehensive written reports detailing findings, recommendations, and test data.
  • Minor Repairs: Completion of minor repairs and HEPA filter replacement when identified during certification visits.
  • Frequency: Certifications every 6 months or upon PEC/room alteration; environmental sampling quarterly; hazardous drug residue wipe sampling every 6 months.
  • Place of Performance: All VISN 1 locations across New England (ME, VT, MA, NH, RI, CT).

Contract Details

  • Contract Type: 5-year Blanket Purchase Agreement (BPA).
  • Period of Performance: Five (5) years, commencing 15 calendar days from the date of award.
  • Set-Aside: 100% Small Business (SB) set-aside.
  • NAICS Code: 541380 (Testing Laboratories), with a small business size standard of $19.0 million.
  • PSC: H266 (Equipment And Materials Testing: Instruments And Laboratory Equipment).

Submission & Evaluation

  • Submission Deadline: April 22, 2026, at 12:00 PM Eastern Standard Time.
  • Submission Method: Quotes must be emailed to jerry.choinski@va.gov.
  • Evaluation Criteria: Award will be made to the lowest-priced Small Business quoter demonstrating full capability to meet all line-item requirements.
  • Required Qualifications: Bidders must provide credentials for NSF 49 certified technicians, CETA National Board of Testing (CNBT) certification for supervisors/project managers, and AIHA accredited laboratory certification for viable sampling analysis. Three references for similar work (including at least one VA Medical Center) and a copy of a clean room certification report are also required.
  • Quote Content: Submissions must include the solicitation number, quoter contact information, a technical description, warranty terms, price, "Remit to" address, completed FAR 52.212-3 representations and certifications, acknowledgment of amendments, and a statement of agreement with the solicitation's terms and conditions.
  • Special Note: While not mandatory, preference may be given to contractors offering flexible work hours, including after-hours service, which must be included in the bid pricing if offered.

Government Point of Contact

People

Points of Contact

Jerry ChoinskiContract SpecialistPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026
H266--Attention Jerry Choinski NC01 - Environmental Monitoring, Testing and Incubation VISN1 (VA-26-00020314) | GovScope