Combined Synopsis/Solicitation Notice
Combined Synopsis/Solicitation Notice
Page 3 of 3
Combined Synopsis/Solicitation Notice
*= Required Field
Combined Synopsis/Solicitation Notice
Page 1 of 3
DESCRIPTION
INITIAL POSTING ERROR: REPOSTED: COMBINED SYNOPSIS_MONTHLY CLEANING FOR PHARMACY IV ROOM_STRAIGHT SMALL BUSINESS (SB) SET-ASIDE
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format Revolutionary FAR Overhaul (RFO) in Federal Acquisition Regulation (FAR) subpart 12.202, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 effective 03-13-2026.
This solicitation is designated as a Straight Small Business Set-Aside.
The associated North American Industrial Classification System (NAICS) code for this procurement is 561720, with a small business size standard of $22.0 million. The FSC/PSC is S201.
The Manchester, NH VAMC requires monthly Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
All interested companies shall provide quotations for the following:
ITEM NUMBER
DESCRIPTION
UNIT COST = One (1) Cleaning per MONTH
TOTAL COST = Twelve (12) Cleanings per
YEAR
0001
Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
1001
Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
2001
Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
3001
Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
4001
Triple top-down cleaning of pharmacy compounding cleanroom spaces to sanitation. All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
Place of Performance
Address:
Department of Veterans Affairs
Manchester VAMC
718 Smyth Road
Manchester, NH
Postal Code:
03104-7007
Country:
UNITED STATES
PERFORMANCE WORK STATEMENT
General
Contractor shall provide all necessary material, equipment, tools, garb, and supporting material to successfully support the Manchester VAMC Compounding USP 797 cleanroom spaces at 718 Smyth Road Manchester, NH. All services shall be performed in accordance with the terms and conditions specified in this solicitation and in compliance with the Performance Work Statement. The contract will cover a base period of twelve (12) months from the start date and include four (4) option years.
The company must be regularly established in the business, the company must be able to provide primary services under the condition of scope of work, in the judgment of the Contracting Officer, are financially responsible, and show evidence of their reliability, ability, experience, facilities and personnel directly employed or supervised by them to render prompt, detailed service in accordance with USP Chapter 797/ 800, and satisfactory standards. The Contractor shall be licensed by the State or local health authority in those localities where licenses are required. Monthly (ONE cleaning per month) services are typically performed in the afternoon, after the day's work has been completed. Additionally, availability for emergent, off-schedule cleanings on weekdays and weekends is required on an as-needed basis to meet facility needs.
Contractor personnel shall be familiar with all USP 797/800 guidelines for cleaning and decontamination for the performance of work under this contract. The service performing cleaning should be knowledgeable in USP 797/800 requirements and capable of improving the site s cleanroom practice through disinfection techniques that meet USP 797/800 guidelines. Each servicemen designated by the Contractor to perform work under this contract shall be cleared for access through restricted areas of customer s facilities. The Contractor shall conform to all Federal, State, VA and local regulations governing the servicing and compliance USP Chapter 797/800 and use of approved chemicals and equipment. The company must provide documentation to the Contracting Officer prior to performing any work under the contract. All chemical (SDS) or control substance used to perform service must be submitted and filed with the Contracting Officer s Representative (COR). The company shall demonstrate competency in compliance with industry standards for USP 797/800. Company servicemen must be trained in disinfection of Ante & Clean Rooms (ISO 7).
All company servicemen shall have their name and their company s name indicated on their uniform or a name badge at all times so they are easily recognizable as a contractor employee. In cases when contractor has two or more employees reporting to work, under this contract one of these employees shall be designated as a supervisor/foreman. The supervisor shall be fully knowledgeable of the location and work site to perform USP sterile cleaning. On each visit the company servicemen shall report to the COR or his designee prior to performing services.
Description of Services:
Clean Room Cleaning (Sterile Maintenance)
Cleanroom Cleaning Services must comply with industry standards and USP Chapter 797/800. This is a high-level decontamination service. Cleaning will be performed in Pharmacy compounding spaces as follows:
Total number of rooms to be cleaned 3 rooms, all 3 rooms require cleaning:
Anteroom (Room # E 124)
Chemo hood room (Room # E 123)
IV compounding positive pressure room (Room # E 125).
Total square footage of the surfaces to be cleaned.
See below, for chart diagram.
Width is 11 7 and length is 28 7 x 8 walls
Approximately 320.4 square feet (total).
2 NuAire NU-NTE 800-400 Compounding Aseptic Containment Isolators and 1 NuAire NU-PR797-400 Compounding Aseptic Isolator.
The required cleaning is to be performed once per month during normal business hours, Monday through Friday (Excluding Federal Holidays). Cleaning will typically be performed between 1:00 pm and 5:00 pm (after morning compounding is completed).
Contractor must log in when reporting into pharmacy cleanroom to perform service and log out after service is conducted. All personal servicing VAMC Manchester must complete appropriate clearance through the VAMC security process. Vendor workers must be on VACT access roster prior to entering Pharmacy Compounding space.
The triple top-down cleaning work and services will include the following:
Monthly (Once a Month during normal business hours)
Cleaning of Ante Rooms, IV Prep & Chemo Rooms:
Empty and Wash all trash receptacles, replace liners, and remove to designated areas.
Clean and sanitize Ceilings with a Rotation of Agents which consist of Vesphene, LPH, Peridox.
Clean and sanitize Walls with a Rotation of Agents which consist of Vesphene, LPH, Peridox.
Clean and sanitize Floors with a Rotation of Agents which consist of Vesphene, LPH, Peridox.
Clean and sanitize designated surfaces including Benches, carts (to include any supplies on these carts) and exterior of hoods w/ IPA and Cleanroom Wipes. All personal items will be removed from surfaces prior to cleaning to ensure a clean surface. Isolators should not be moved.
Clean and sanitize all equipment, including refrigerators w/IPA and Cleanroom Wipes; Refrigerators must be moved and the area behind and to the sides cleaned as above; tops of the refrigerator and any coils must be cleaned of any dust or dirt w/IPA and Cleanroom Wipes.
Clean all doors and glass windows with IPA and D/I Water.
Clean and sanitize all bins and shelves with IPA.
All items moved should be restored to their original locations.
The mopping system used must be USP 797 compliant.
SPECIAL INSTRUCTIONS: CHEMICAL ROTATION/REQUIRMENTS:
A triple top-down cleaning consists of a rotation of Vesphene, LPH and Peridox will be performed on every monthly cleaning. No substitutes.
Cleaning includes three primary engineering controls (PEC s), currently at VAMC Manchester; one room contains two Compounding Aseptic Container Isolators (CACI s) for compounding chemo/hazardous drugs in a negative pressure room and non-hazardous IV s are compounded with a Compounding Aseptic Isolator (CAI) in a positive pressure environment. All three PEC s are located in the interior of the USP 797 clean room environment.
Cleanrooms should be treated similarly to the OR. The wiping or mopping material should be cleanroom-rated and a non-ionic or cationic detergent (to control static) with distilled water is recommended.
All cleaning is to be performed by trained personnel using Contractors equipment, chemicals and supplies. Contractor will mix all chemicals fresh on site and utilize a monthly cleaning log document titled Monthly Documentation of Contracted Triple Clean of ISO 7 IV Room Suite to validate all areas were completed and will be kept on site.
All specifications are required by VA pharmacy policy and USP 797/800 clean room regulations.
Note: If it is determined that additional cleaning is needed due to results of Environmental Monitoring, notify the COR, provide an estimate for the additional scope and do not proceed without Contracting Officer approval.
Contractor Personnel Security Requirements:
Contractor employees who have access to the VAMC Manchester shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. The requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start of the contract, the Contractor will be responsible for the actions of the individuals who perform on the contract.
Position Sensitivity - The position sensitivity has been designated as low risk.
Background Investigation - The level of background investigation commensurate with the required level of access is National Agency Check with Written Inquiries.
Agency Responsibilities:
The Contracting Officer will initiate the Background Investigation request into the Security and Investigations Center (SIC).
Vendor Responsibilities:
The Contractor has two key responsibilities: getting all employees who will work in a VA facility electronically fingerprinted at a local VA hospital or police station and having those same employees fill out the E-QIP questionnaire that will be emailed to them once the contracting officer initiates the investigation.
When the request is submitted the Contractor Request Database will generate an "initial" email with the website link and instructions to all email addresses listed on the request worksheet. This email will indicate what level of investigation was requested and how to complete the process. This is not considered an initiated investigation at this point. A case is not initiated until we have received a complete security package from the contract employee and can forward that security package to OPM.
e. Time Frames:
Below is a breakdown by level of each investigation handled by the SIC. Times frames may vary due to OPM.
Low Risk (NACI) The case is only open for 30 days except in rare occasions when something in the person's background requires an extension. This investigation is done by mail and that is why we must be so stringent with the paperwork. The average turn around on these cases is 45 days.
Contractor Quality Control and Assurance Requirements:
The Contractor will be required to provide their Quality Control and Assurance program. This program shall detail all steps required to maintain and continuously provide a clean room environment in accordance with published criteria for USP 797 and USP 800 Sterile Compounding areas.
The Government intends to take the Contractors Quality Control Plan and implement it in the Quality Assurance Surveillance Plan (QASP). Please see provision 52.212-2 for further instructions on how to submit to the Contracting Officer.
The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far
The following solicitation provisions and clause apply to this acquisition:
52.212-1Â Instructions to Offerors Commercial Products and Commercial Services (DEVIATION AUG 2025)
(a)Â Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers shall include
(1)Â The solicitation number;
(2)Â The name, address, telephone number of the Offeror;
(3)Â The Offeror s Unique Entity Identifier (UEI) and, if applicable, Electronic Funds Transfer (EFT) indicator;
(4)Â Information necessary to evaluate the factors contained in the provision at 52.212-2 or as described in the solicitation;
(5)Â Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and
(6)Â A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and any solicitation amendments.
(b)Â Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
(c)Â Late submissions, modifications, revisions, and withdrawals of offers.
(1)Â Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation.
(2)Â Any offer, modification, or revision received after the time specified for receipt of offers is late and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted.
(3)Â If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(4)Â Offerors may withdraw their offers by written notice to the Government received at any time before award.
(d)Â Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror s initial offer should contain the Offeror s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received.
(e)Â Debriefings. If a postaward debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable:
(1)Â The agency s evaluation of the significant weak or deficient factors in the debriefed Offeror s offer.
(2)Â The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror.
(3)Â The overall ranking of all Offerors when any ranking was developed by the agency during source selection.
(4)Â A summary of the rationale for award.
(5)Â For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror.
(6)Â Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities.
(End of provision)
2. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services: In accordance with RFO FAR 12.201-1 and FAR 12.201-2 when appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services.
The following are the decision factors:
Full capability to perform the scope of work as described above, at the lowest price. Quotes should detail both the unit monthly cost and the total cost for each year.
The respondent must be verifiable as a Small Business in SAM and on the SBA (Small Business Administration) SBS website.
Past performance detailing prior experience cleaning ISO classified areas (ISO 5, 7, 8) and the use of proper PPE, entry/exit procedures, and workflow in controlled environments.
3. FAR 52.212-3 is RESERVED.
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/.
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023).
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than May 7th, 2026 @ 16:00 p.m. EST at Janice.Jones@va.gov .
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact:
Contract Specialist
Janice Jones
Janice.Jones@va.gov
U.S. Department of Veterans Affairs
Connecticut VAMC
555 Willard Avenue
Newington, CT 06111