Testing and Certification – Sterile Compounding Areas at Brooke Army Medical Center, JBSA Ft. Sam Houston, TX
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 the Army, specifically the W40M MRC0 WEST office, is soliciting proposals for Testing and Certification Services for sterile compounding areas at Brooke Army Medical Center (BAMC), JBSA Fort Sam Houston, TX. This requirement ensures compliance with USP 797 and USP 800 regulations. This is a Small Business Set-Aside opportunity. Quotes are due by June 2, 2026, at 11:00 AM CT.
Scope of Work
The contractor will provide semi-annual testing, inspection, and certification services for various sterile compounding areas. This includes:
- Testing: 5 laminar flow/clean bench hoods, 6 vertical flow/bio hoods, 5 anterooms, 6 buffer rooms, 17 air filters, and hazardous drug storage areas.
- Sampling: Collection of 31 monthly service samples (372 annually).
- Specific Tests: HEPA filter leak/efficiency, particle counts (viable/non-viable), air velocity, microbial sampling (air/surface), and speciation of bacteria/fungi.
- Reporting: Submission of a Field Service Report (FSR) for each pharmacy cleanroom within 72 hours of sample incubation and work completion.
- Re-certification & Repair: Provided on an as-needed basis.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation, Firm Fixed Price.
- NAICS Code: 541380 (Testing Laboratories) with a $19,000,000.00 size standard.
- Period of Performance: Base period from October 1, 2026, to September 30, 2027, with multiple option periods extending through September 30, 2031.
- Set-Aside: Small Business.
- Questions Due: May 20, 2026, 11:00 AM CT.
- Quotes Due: June 2, 2026, 11:00 AM CT.
- Published Date: May 12, 2026.
Evaluation Factors
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering:
- Technical Capability: Demonstrated understanding of requirements and compliance with the PWS.
- Past Performance: Evidence of recent and relevant performance (within 3 years) for similar services, submitted via Project Summary Sheets (Attachment 1) and potentially Past Performance Questionnaires (Attachment 2) or CPARs.
- Price: Completed pricing for all Contract Line Items (CLINs).
Special Requirements
- Personnel: Field service technicians must be CETA or NEBB certified with at least two years of relevant experience. The microbial testing laboratory must be nationally accredited.
- Subcontracting: Not permitted.
- Submission: Quotes must be held firm for at least 90 days. Offerors must be registered in SAM.gov.
- Contacts: Patrick Thielemann (patrick.a.thielemann.civ@health.mil) and Salameya Paulouskaya (salameya.paulouskaya2.civ@health.mil).