Skip to content
Department of Health and Human Services

IRV Lab Exhaust and Vacuum Pump Replacement

Solicitation: OC-2026-131276
Notice ID: 41c5a8189d0e4cb39eb63193a06dca76

Sources Sought from FOOD AND DRUG ADMINISTRATION • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: CA. Response deadline: Feb 18, 2026. Industry: NAICS 238220 • PSC Z2AA.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$78,194,565
Sector total $33,071,130,462 • Share 0.2%
Live
Median
$127,594
P10–P90
$4,055$6,099,600
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+220186%($78,123,603)
Deal sizing
$127,594 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Irvine, California • United States
State: CA
Contracting office
Beltsville, MD • 20705 USA

Point of Contact

Name
Sheneil Green
Email
Sheneil.Green@fda.hhs.gov
Phone
3017960675

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
FOOD AND DRUG ADMINISTRATION
Subagency
FDA OFFICE OF ACQ GRANT SVCS
Office
Not available
Contracting Office Address
Beltsville, MD
20705 USA

More in NAICS 238220

Description

1. PURPOSE

This Sources Sought Notice is issued solely for market research purposes in accordance with FAR Part 10. The Government seeks information from qualified small businesses to assess availability, capability, and potential set-aside considerations in support of a FAR Part 36 construction requirement.

This notice is not a solicitation, request for proposals, or request for quotations. No contract will be awarded as a result of this notice.

2. BACKGROUND / REQUIREMENT OVERVIEW

The Government anticipates a requirement for the removal, purchase, delivery, installation, and commissioning of exhaust and vacuum pump systems in support of FDA laboratory operations located in Irvine, California.

The anticipated scope may include, but is not limited to:

  • Commercially available exhaust and/or vacuum pump units
  • Selective demolition and removal of existing HVAC/exhaust components
  • Installation and integration with existing building infrastructure, automation, and controls
  • Testing, adjusting, balancing (TAB), commissioning, and acceptance
  • Warranty support and technical documentation
  • Coordination of all work to minimize disruption to ongoing FDA operations

The Government anticipates the use of commercial products and services in accordance with FAR Part 12, unless market research indicates otherwise.

3. REQUESTED INFORMATION

The FDA seeks only the minimum information necessary to assess:

  • Industry capability to perform the full scope of the requirement
  • Availability of qualified small businesses for set-aside consideration
  • Commerciality of products proposed for use.

Responses from all interested parties are welcomed. Interested respondents must complete and submit the provided vendor questionnaire in xlsx format, addressing the following areas:

A. Business Information

  • Company name, address, and point of contact
  • SAM.gov UEI and CAGE Code
  • Business size and socioeconomic status (e.g., SB, 8(a), HUBZone, SDVOSB, WOSB)
  • Applicable NAICS code(s) under which the firm performs this work

B. Technical Capability

  • Description of exhaust and/or vacuum pump products offered (commercial off-the-shelf preferred)
  • Manufacturer(s) represented (if reseller or integrator)
  • Performance specifications (e.g., capacity, pressure/vacuum range, materials, controls, noise levels)
  • Compliance with applicable codes and standards (e.g., OSHA, NFPA, ASME, ISO, EPA)

C. Installation and Integration

  • Experience installing and integrating HVAC and exhaust systems in occupied laboratory, research, or healthcare facilities
  • Capability to perform work under FAR Part 36 construction requirements (e.g., coordination, site work, safety, scheduling)

D. Schedule and Risk Considerations

  • Identification of key schedule risks or constraints the Government should consider based on the described scope

E. Financial Capability

  • Average annual construction revenue for the past three (3) fiscal years
  • Confirmation of ability to obtain:
    • Performance and payment bonds for a project of this magnitude
    • Insurance coverage typical for Federal construction projects
  • Confirmation of the firm’s ability to finance labor, supplies, and equipment upfront, recognizing that the Government does not pay for services until work is completed or approved progress milestones are met

F. Past Performance

Provide two (2) projects of similar and relevant work performed within the last five (5) years, including:

  • Customer name (Government or commercial)
  • Brief description of scope
  • Contract value
  • Period of performance

G. Commerciality

  • Confirmation of market availability and lead times, including country of origin, for products proposed for use (e.g., fans, pumps, controls, specialty ductwork).

4. SUBMISSION INSTRUCTIONS

All responses shall be submitted electronically in xlsx format to:

Sheneil Green
Sr. Contractor Contract Specialist
sheneil.green@fda.hhs.gov

Respondents should limit attachments to product cutsheets or brochures submitted as appendices in support of questionnaire responses only.

Email Subject Line:
FDA IRV Exhaust and Vacuum Source Sought Response – [Company Name]

5. DISCLAIMER

This Sources Sought Notice is for information and planning purposes only and shall not be construed as a commitment by the Government. The Government will not pay for information submitted in response to this notice.

Information received will be used to:

  • Assess small business participation
  • Evaluate commercial availability
  • Support acquisition strategy development. 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The FDA is seeking information from qualified small businesses for a potential project involving the removal and replacement of exhaust and vacuum pump systems in Irvine, California. This Sources Sought Notice aims to assess market capabilities and the availability of small businesses for considerations related to FAR Part 36 construction requirements. The submission deadline is February 18, 2026, and interested parties must complete a vendor questionnaire to provide necessary details.

What the buyer is trying to do

The FDA aims to gather information on small businesses that can execute the removal, purchase, installation, and commissioning of exhaust and vacuum pump systems for its laboratory facilities.

Work breakdown
  • Removal of existing HVAC/exhaust components
  • Installation of new exhaust and vacuum pump systems
  • Integration with existing infrastructure and controls
  • Testing, adjusting, and balancing (TAB) of systems
  • Warranty support and provision of technical documentation
  • Coordination of all work to minimize disruption to FDA operations
Response package checklist
  • Completed vendor questionnaire in xlsx format
  • Company information including UEI and CAGE Code
  • Technical capability descriptions of products offered
  • Past performance information for similar projects
Suggested keywords
Exhaust systemsVacuum pumpsHVAC installationLaboratory systemsFAR Part 36
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Detailed performance specifications for the exhaust and vacuum systems
  • Clarification on timeline for project initiation
  • Specific budgetary guidelines or constraints, if any

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.