Q301--Cleanroom Testing SB Set-Aside Solicitation Pre-Solicitation Notice

SOL #: 36C26326Q0571Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
NETWORK CONTRACT OFFICE 23 (36C263)
Saint Paul, MN, 55101, United States

Place of Performance

Minneapolis, MN

NAICS

Testing Laboratories and Services (541380)

PSC

Reference Laboratory Testing (Q301)

Set Aside

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

Timeline

1
Posted
Apr 14, 2026
2
Last Updated
Apr 14, 2026
3
Response Deadline
Apr 17, 2026, 10:00 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), Network Contracting Office 23, is soliciting proposals for Environmental Microbiology Laboratory Analytical Services at the Minneapolis VA Medical Center, MN. This is a Total Small Business Set-Aside for a Firm-Fixed-Price contract. Offers are due April 17, 2026.

Scope of Work

This opportunity requires services for receiving, analyzing, and reporting results for microbiological samples, including surface, air, gloved fingertip, and media fill tests. Key requirements include:

  • ISO/TEC 17025 accredited laboratory services.
  • Processing samples per CAG-009-2023 and USP <797> standards.
  • Provision of sterile, irradiated Trypticase Soy Agar (TSA) plates.
  • Identification of microorganisms to at least genus level for samples exceeding USP <797> action levels.
  • Electronic reporting of all results within one business day of final analysis.
  • Provision of Certificates of Analysis (COA) for growth media.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price
  • Period of Performance: Base year (09-01-2026 to 08-31-2027) with four (4) option years.
  • Estimated Value: $19 Million
  • Set-Aside: Total Small Business (NAICS 541380, PSC Q301)
  • Offer Due Date: April 17, 2026
  • Questions Due Date: April 20, 2026, by 5:00 PM CT
  • Published Date: April 14, 2026

Submission & Evaluation

Offers must be submitted electronically via email to joseph.bloomer@va.gov, comprising separate "Volume I" (Pricing) and "Volume II" (Technical/Past Performance) documents. Evaluation will use the Lowest Price Technically Acceptable (LPTA) process, focusing on Price and Technical acceptability (demonstrated capability, ISO/TEC 17025 accreditation). Up to three past performance references are required.

Additional Notes

Offerors must be registered in SAM.gov to be eligible for award. A Wage Determination (2015-4945 REV30) is attached, outlining minimum wage rates and fringe benefits for Minnesota and Wisconsin, applicable under the Service Contract Act. No telephone inquiries will be accepted; all questions must be submitted in writing.

People

Points of Contact

JOEY BLOOMERCONTRACTING OFFICERPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Apr 14, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Apr 14, 2026