H365--Pharmacy Clean Room Hood Testing & Cert - STC
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.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested.
Solicitation Number 36C26326Q0103 is issued as a request for quotes (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06.
This procurement is a total set-aside for a Service-Disabled Veteran Owned Small Business (SDVOSB). Prospective offerors must be verified as an SDVOSB in the Veteran Small Business Search (VetCert) at https://search.certifications.sba.gov//, and have an active registration in the System for Award Management (SAM) at www.sam.gov prior to submission of their offer.
Quotes will only be accepted from responsible contractors. The NAICS code for the solicitation is 541380 Testing Laboratories and Services with a size standard of $19.0 million. The PSC Code for the solicitation is H365 Inspection-Medical, Dental, and Veterinary Equipment and Supplies
A list of the contract line items, quantities, and units of measure are listed within the attached solicitation documentation.
The VA anticipates one firm fixed price contract award for all resources and labor necessary to complete Pharmacy Clean Room and Hood Testing and Certification service for the St. Cloud VA Health Care System located at 4801 Veterans Dr., St Cloud, MN 56303
The period of performance is 02/01/2026 to 01/31/2027 for the base period of performance. There are four one-year option year periods.
FAR provisions 52.212-1, 52.212-2, and 52.212-3 apply to this procurement and are detailed within the attached solicitation document.
FAR clauses 52.212-4 and 52.212-5 apply to this procurement and are included within the attached solicitation document.
Additional requirements are listed within the attached solicitation document.
The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition.
Submission of Quotes
Technical Questions are due to the Contracting Officer by 10:00PM Central Time, December 11, 2025.
Quotes are due to the Contracting Office by 10:00 AM Central Time on December 18, 2025.
Quotes are required to be emailed to evan.beachy@va.gov in .pdf or .docx format only prior to the solicitation closing date and time. Include the following in your subject line: Quotations submitted in response to Solicitation 36C26326Q0103. It is the responsibility of the offeror to ensure their quote is received in its entirety before the solicitation closing.
Contact Evan Beachy, Contract Specialist at evan.beachy@va.gov or 319-688-3629 for information regarding the solicitation.