SPS Environmental Monitoring System
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 NETWORK CONTRACT OFFICE 7 (36C247), has issued a Sources Sought notice for an Environmental Monitoring System for Sterile Processing Service (SPS) areas and Reusable Medical Device (RMD) storage rooms. This is a market survey to identify qualified small businesses capable of providing a turnkey solution for multiple VA facilities. The government is seeking to determine the appropriate acquisition method for a future Request for Quote. Responses are due March 27, 2026, by 2:00 PM EDT.
Scope of Work
The VA requires a comprehensive, automated, continuous environmental monitoring system. The scope includes:
- Turnkey Solution: Furnishing all labor, supervision, supplies, and services.
- System Components: Site survey, pre-deployment planning, procurement, deployment, activation, functional testing, calibration, training, warranty, and maintenance.
- Monitoring: Temperature, relative humidity, differential pressure (where applicable), and door position at 76 specified locations.
- Integration: System must be BAS-ready for future integration at VA-owned facilities (BAS integration not part of this contract).
- Installation: Deployment methods must be non-invasive.
- Compliance: Adherence to VHA Directive 1116(2), ANSI/AAMI standards, NIST SP 800-53, NFPA 99, Joint Commission, ASHRAE Standard 170, and VA Handbook 6500.6.
- Cybersecurity: FIPS 140-3 validated encryption, TLS 1.2+, and FedRAMP Moderate or higher for cloud components.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Product Service Code: 6350 - Miscellaneous Alarm, Signal, And Security Detection Systems
- NAICS Code: 334519 (Size Standard: 600 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Anticipated Contract Type: Firm-Fixed-Price (FFP) for deployment and annual maintenance.
- Period of Performance: Base period of 210 calendar days from Notice to Proceed (NTP) for deployment and acceptance testing, followed by four (4) one-year option periods for warranty/maintenance.
- Place of Performance: Multiple VA facilities, including Atlanta VA Health Care System locations, Trinka Davis Veterans Village, VA Fort McPherson Campus, and several Community-Based Outpatient Clinics (CBOCs).
- Warranty: Minimum three (3) year warranty for equipment and installation; five (5) years for software and platform support.
Submission & Evaluation
- Purpose: To identify sources and determine the acquisition strategy for a future acquisition.
- Submission Requirement: A capabilities statement, not exceeding three (3) pages.
- Information Requested: Company name, Point of Contact, SAM UEID, CAGE code, Small Business Size/Certification (e.g., 8(a), HUB Zone, SDVOSB), familiarity and product knowledge.
- Eligibility: Specifically for small business concerns under NAICS code 334519. Respondents should indicate specific small business certifications.
- Due Date: Friday, March 27, 2026, by 2:00 PM EDT.
- Submission Email: Jacob.tackett@va.gov
Additional Notes
This is a Sources Sought notice, not a Request for Proposals (RFP). Responses are voluntary, and no reimbursement will be provided for submission costs.