J066--Control Certification, Testing and Preventative Maintenance Services Pharmacy / Nuclear Medicine 36C25026Q0343
SOL #: 36C25026Q0343Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States
Place of Performance
Ann Arbor, Michigan
NAICS
Testing Laboratories and Services (541380)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 25, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 4, 2026, 3:30 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), Network Contracting Office (NCO) 10, has issued a Solicitation for Preventative Maintenance and Services for Air Testing at the LTC Charles S. Kettles VA Medical Center in Ann Arbor, MI. This requirement covers the testing and certification of pharmacy primary engineering controls (PECs) and ISO classified clean rooms. This acquisition is UNRESTRICTED. Offers are due April 3, 2026, at 10:30 AM EST.
Scope of Work
The contractor will provide comprehensive testing and certification services for:
- Primary Engineering Controls (PECs): Biological Safety Cabinets, Laminar Airflow Workstations, Isolators.
- Cleanrooms/Segregated Compounding Areas (SCAs): ISO classified areas used for sterile preparations. Services must comply with USP Chapters <797>, <800>, and <825>, as well as CETA CAG-003-2006 and CAG-002-2006 guidelines. Key tasks include viable and non-viable particle counts, airflow testing, HEPA filter leak tests, surface sampling, and smoke pattern tests. Certification stickers for each PEC and detailed reporting of all test results, including failures, are required. Technicians must be CETA National Board of Testing (CNBT) certified.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: A base year (12 months) with options to renew annually for a total of 5 years.
- POP Begin: March 10, 2026.
- Estimated Value: Approximately $19 Million.
Submission & Evaluation
- Offer Due Date: April 3, 2026, 10:30 AM EST.
- Questions Due: Monday, March 2, 2026, 12:00 PM EST.
- Evaluation Factors: Award will be based on Lowest Price Technically Acceptable (LPTA) criteria, with technical and past performance considered significant factors.
- Submission Instructions: Offers must be submitted to the issuing office. Specific instructions regarding representations and certifications are detailed in FAR 52.212-3.
Eligibility & Notes
- This acquisition is UNRESTRICTED.
- Offerors must be registered in the System for Award Management (SAM).
- Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses (SDVOSB/VOSB) must be verified in the VetCert database.
- The contractor's base must be within a 50-mile radius of Ann Arbor, MI, and they must be able to respond to emergency requests.
- Proof of liability insurance is required.
- Contact for questions: Michele Bartelt (michele.bartelt@va.gov).
People
Points of Contact
Michele BarteltContracting OfficerPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Pre-Solicitation
Posted: Feb 25, 2026