36C25526Q0054 VISN 15 IV Room Certification and Personnel Training
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) 15, is soliciting proposals for IV Room Certification & Testing Services across its Heartland Health Care Network (VISN 15) facilities. This Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity requires compliance with USP Chapters <797> and <800>. Proposals are due December 1, 2025.
Purpose & Scope
This Request for Quotation (RFQ) seeks comprehensive testing and certification services for Primary Engineering Controls (PECs) and clean rooms used in the preparation of compounded sterile preparations (CSPs). The scope includes personnel training, evaluation, and requalification to ensure strict adherence to USP <797> and <800> guidelines, CETA CAG-003-2006, and other relevant standards. Services will be provided across multiple VA facilities within VISN 15.
Key Requirements
Services encompass specific tests such as HEPA filter leak tests, induction leak/back-streaming tests, airflow tests, particle counts, and microbial air/surface sampling. Environmental wipe sampling for hazardous drug residue is an optional service. Comprehensive reporting of all test results and certifications is required. Offerors must be registered with CETA for certifications/assessments.
Contract Details
This is a single award, five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The period of performance is from February 12, 2026, through February 11, 2031, comprising five 12-month ordering periods. The contract has a guaranteed minimum of $50.00 and a ceiling of $2,500,000.00.
Set-Aside & Eligibility
This opportunity is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The applicable NAICS Code is 621511 (Medical and Diagnostic Laboratories) with a size standard of $41.5 Million. Offerors must adhere to VA limitations on subcontracting, ensuring no more than 50% of the contract amount for services is paid to non-VIP-listed SDVOSBs or VOSBs.
Submission & Evaluation
Proposals are due by December 1, 2025, at 9:00 AM CST. Questions must be submitted by November 19, 2025, 9:00 AM CST. Offers must be submitted in two parts: a price response and a non-price response. Evaluation factors include Technical Capability, Past Performance, and Price, with the award made to the responsible offeror whose proposal is most advantageous to the Government.
Important Notes
A detailed price schedule outlines estimated quantities for various services across different VISN 15 facilities, crucial for accurate cost proposal development. Applicable wage determinations will be issued at the time of task order. The Quality Assurance Surveillance Plan (QASP) details surveillance methods and performance metrics for contractor compliance.