Steris VHP Certification
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 U.S. Government, specifically the Mission Installation Contracting Command (MICC) Dugway Proving Ground (DPG), has issued a Sources Sought Notice to identify vendors capable of providing Certification, Maintenance, and Repair services for Steris Vaporized Hydrogen Peroxide (VHP) 1000-ARD Type equipment. While currently intending a sole-source award, this notice aims to support a competitive procurement. Responses are due by March 11, 2026, at 10:00 AM MDT.
Scope of Work
This requirement covers non-personal services for VHP units at Dugway Proving Ground, UT. Key services include:
- Bi-annual preventative maintenance: Cleaning, calibration, and inspection per OEM checklists.
- Annual certification: Validation of operational efficacy and safety.
- Emergency repairs: Unscheduled, on-call repair services. Services must be performed by experienced, OEM-certified field technicians with access to 24/7 priority technical support. The contractor is responsible for furnishing all necessary personnel, equipment, supplies, and tools.
Contract & Timeline
- Opportunity Type: Sources Sought Notice (for market research).
- Anticipated NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a $34M size standard.
- Set-Aside: Encourages all small businesses in all socioeconomic categories (8(a), Small Disadvantage Business, HUBZone, SDVOSB, WOSB) to respond.
- Response Due: March 11, 2026, by 10:00 AM Mountain Daylight Time (MDT).
- Published Date: March 3, 2026.
- Place of Performance: Chemical Biological Testing Division (CBTD), Building 2029, Dugway Proving Ground, UT.
Submission & Evaluation
Interested parties must submit a capabilities statement (not exceeding 5 pages) via email to laurel.j.brown7.civ@army.mil. The statement should include:
- Firm's name, Point of Contact, UEI, CAGE code, business size/status, and NAICS code.
- Technical capabilities and recommendations for improving specifications.
- Interest in competing as a prime contractor and any teaming plans.
- Detailed experience on similar requirements.
- Information on commercial availability, pricing, and terms.
- Recommendations for structuring requirements to facilitate competition.
This is for planning purposes only and does not commit the government to a contract. Responses will be used to determine potential for competitive procurement.
Additional Notes
Telephone inquiries will not be accepted, and submissions will not be acknowledged. Potential offerors are responsible for monitoring SAM.gov for future solicitations.