Q301--Cleanroom Testing Services - SB Set-Aside Solicitation
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), specifically the NETWORK CONTRACT OFFICE 23 (36C263), is soliciting proposals for Cleanroom Testing Services for the Minneapolis VA Health Care System (MVAHCS) in Minneapolis, MN. This is a 100% Small Business Set-Aside opportunity. The contractor will provide environmental microbiology laboratory analytical services. Offers are due by April 28, 2026.
Scope of Work
The awarded contractor will be responsible for receiving, analyzing, and reporting results for various microbiological samples. This includes surface, air, gloved fingertip (GFT), and media fill testing (MFT) samples. Key requirements include:
- Maintaining ISO/TEC 17025 accreditation.
- Providing sterile TSA plates and shipping materials.
- Reporting results electronically within one business day of final analysis.
- Identifying microorganisms to at least the genus level, and species when possible, for samples exceeding USP <797> thresholds.
- Ensuring compliance with CAG-009-2023 (or successor) and USP <797> standards.
Contract & Timeline
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year (September 1, 2026, to August 31, 2027) with four (4) option years.
- Estimated Value: $19 Million.
- Set-Aside: Total Small Business (NAICS Code: 541380, Testing Laboratories and Services).
- Questions Due: April 20, 2026.
- Offers Due: April 28, 2026, by 22:00:00Z.
- Published Date: April 14, 2026.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) process. Technical evaluation will assess the offeror's ability to meet the Statement of Work (SOW) requirements, including proof of ISO/TEC 17025 accreditation. Offerors must also provide up to three past performance references.
Additional Notes
A Wage Determination (No. 2015-4945, Revision 30, dated 12/03/2025) for the Service Contract Act is attached, outlining prevailing wage rates and fringe benefits for Minnesota and Wisconsin counties. This determination must be used to calculate labor costs. Applicable FAR clauses (52.212-1, 52.212-3, and 52.212-5) are also attached.