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