Skip to content
Department of Veterans Affairs

H966--MFT&GFT Testing and Incubation Services

Solicitation: 36C26126Q0378
Notice ID: 5d8925b030e84e6aabbe28eb167e4df9
TypeSources SoughtNAICS 541380PSCH966DepartmentDepartment of Veterans AffairsPostedFeb 02, 2026, 12:00 AM UTCDueFeb 09, 2026, 12:00 AM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: VA Sierra Nevada Healthcare System 975 Kirman Avenue • Reno, Nevada • 89502. Response deadline: Feb 09, 2026. Industry: NAICS 541380 • PSC H966.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$635,935,197
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$98,807
P10–P90
$15,130$610,395
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-93%(-$548,064,803)
Deal sizing
$98,807 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 →
Live POP
Place of performance
VA Sierra Nevada Healthcare System 975 Kirman Avenue • Reno, Nevada • 89502
Contracting office
Mather, CA • 95655 USA

Point of Contact

Name
John D Waldrip
Email
john.waldrip@va.gov
Phone
702-791-9000

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
261-NETWORK CONTRACT OFFICE 21 (36C261)
Office
Not available
Contracting Office Address
Mather, CA
95655 USA

More in NAICS 541380

Description

This is a Sources Sought Notice Announcement for MFT and GFT Testing and Incubation Services at VA Sierra Nevada Healthcare System Period of Performance: 03/26/2026-03/25/2031 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions. It is neither a solicitation announcement nor a request for proposals or quotes. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This requirement is for a non-Personal Services Contract to provide Environmental Microbiology Lab services to process, incubate, analyze, record and report results, for microbiological surface samples, Gloved Fingertip and Thumb (GFT) samples, and Media Fill Testing (MFT). Samples plates will be provided by the contractor. Samples are then collected and submitted by VA Sierra Nevada Health Care System (VASNHCS) in Reno, Nevada. Samples will be processed by the laboratory immediately according to the general requirements outlined by International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 17025 and 2023 United States Pharmacopeia (USP) . This requirement is needed in order to meet and be in compliance with the new USP standards regarding MFT and GFT testing and incubation. Please see the attached Statement of Work (SOW) for all additional requirement information regarding this requisition. The NAICS and Product Service Codes for this requisition are as follows: NAICS code 541380, Testing Laboratories and Services has been verified as the correct NAICS code for the requirement, MFT GFT Testing at VA Sierra Nevada Healthcare System verified through the BLS website at https://www.bls.gov/oes/2023/may/naics5_541380.htm The correct Product and Service Code (PSC) for the requirement is H966, Other Quality Control, Testing, and Inspection- Instruments and Laboratory Equipment verified through the April 2025 PSC Manual. The Period of Performance dates are as follows: Base Year: March 26, 2026 March 25, 2027 Option Year 1: March 26, 2027 March 25, 2028 Option Year 2: March 26, 2028 March 25, 2029 Option Year 3: March 26, 2029 March 25, 2030 Option Year 4: March 26, 2030 March 25, 2031 Basic Requirement Information. Interested vendors are asked to review the draft SOW and provide the following information in their response: 1. Company Name, Point Contact, Email address 2. An Informal Quote 3. Authorized Distributor Letter (if applicable) 4. Capabilities Statement /Narrative 5. NAICS code and size standard 6. UEI Number 7. Vendor POC information 8. If the vendor has any existing contracts in which these items can be ordered from (e.g. GSA, NASA SEWP, DLA eCAT, VA SAC, or VA NAC). If responses to questions 1-8 are not provided, vendor is considered nonresponsive. If you have questions, please feel free to contact John Waldrip at john.waldrip@va.gov

Files

Files size/type shown when available.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.