Portable Sanitation Services
Agency: Air Force Special Operations Command
Location: New Mexico
NAICS: 562991
| Agency | VISN 22: Desert Pacific Healthcare Network |
|---|---|
| Deadline | 05/05/26 |
| Posted | 04/29/26 |
| Estimated Value | $70,000 - $120,000 (AI estimate) |
| Set Aside | None |
| NAICS | 339112 - Surgical and Medical Instrument Manufacturing |
| PSC | AN11 - Health R&D Services; Health Care Services; Basic Research |
| Location | Department of Veterans Affairs New Mexico VA Health Care System Albuquerque, NM 87108 United States |
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a RFI only. The purpose of this RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing replacement of stability chambers for New Mexico VA Health Care System. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. Model Number Description Quantity (ea) Country of Origin PH034 Pharmaceutical Chamber 2 SenSolv SUB 1 Year Subscription to SenSolve 2 - DEHCMP Compressed Air Connection 2 101246 Kason 171 Series Edgemount Magnetic Latch 2 SH034SS Open Wire Stainless Steel Shelf for 034 Model Chamber 2 If your company is interested and capable of providing the required supplies and services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS, please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to jasmine.pressley-barnard@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, May 5, 2025 by 10:00 AM PT Local. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
Background The Department of Veterans Affairs (VA) is seeking sources capable of providing replacement stability chambers for the New Mexico VA Health Care System. The current stability chambers are over 10 years old and have experienced multiple defaults, necessitating replacement to ensure the quality, safety, and efficacy of drug products over their intended shelf life. This Request for Information (RFI) aims to gather information about potential qualified sources. Work Details The contractor shall provide all equipment, parts, installation, and training necessary for the replacement of stability chambers. Specific tasks include: - Delivery of two Pharmaceutical Chambers (Model PH034), one-year subscription to SenSolve, two Compressed Air Connections, two Kason 171 Series Edgemount Magnetic Latches, and two Open Wire Stainless Steel Shelves for the 034 Model Chamber. - Provide Sensolv Monitoring Service for one year. - Installation services including delivery with ground-level access, uncrating, installation of casters, initial start-up training by technicians, and removal of debris. - Commissioning, Calibration, and Qualification Services at the Albuquerque facility for controlled environmental chambers. This includes calibration verification traceable to NIST standards and documentation of 'as-found' and 'as-left' readings. - Submission of standard Qualification Protocols including Installation Qualification (IQ), Operational Qualification (OQ), and Performance Qualification (PQ) tests. Data collection during testing will be presented in summary reports with graphical representations. Period of Performance Contractor must deliver equipment no later than 3 months after receipt of contract and complete all services no later than 6 months after receipt of contract. Place of Performance VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Avenue, SE Albuquerque, NM 87106
| Contact name | Jasmine Pressley-Barnard |
|---|---|
| Contact email | jasmine.pressley-barnard@va.gov |
| Contact phone | (602) 860-7808 |
Agency: Air Force Special Operations Command
Location: New Mexico
NAICS: 562991
Agency: Air Force Special Operations Command
Location: New Mexico
NAICS: 611692
Agency: VISN 22: Desert Pacific Healthcare Network
Location: New Mexico
NAICS: 561740
Agency: Indian Health Service
Location: New Mexico
NAICS: 561320