Q901--New - Incubator Decontamination
Special Notice from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 06, 2026. Industry: NAICS 562910 • PSC Q901.
Market snapshot
Awarded-market signal for NAICS 562910 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562910
Description
NOTICE OF INTENT TO SOLE SOURCE Subject: Notice of Intent to Award on a Sole Source Basis to a Service-Disabled Veteran-Owned Small Business (SDVOSB) Description of Requirement: The Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office (NCO) 17, intends to award a firm-fixed-price contract on a sole source basis to: ATLANTIC FIRST INDUSTRIES CORP for large-scale decontamination services for a decommissioned walk-in incubator (Equipment ID: 549EE44451) located in the Microbiology Laboratory at the VA North Texas Health Care System (VANTHCS) Dallas Pathology & Laboratory Medicine Service. The requirement is for a one-time decontamination service including protocol generation, hydrogen peroxide decontamination, and delivery of a formal document report. This is a commercial service acquired under FAR Part 12. Key Requirements: Large-scale decontamination of decommissioned walk-in incubator system and components Use of hydrogen peroxide decontamination protocol Generation of decontamination protocol Delivery of formal document report upon completion All materials, equipment, and labor provided by contractor at no additional cost to Government Performance during regular working hours (Monday Friday, 0800 1600) or as agreed Technicians skilled in decontamination of major laboratory safety equipment Compliance with safety and environmental regulations Supervised on-site access during decontamination service Background:  A previous purchase order in the amount of $2,150.00 was issued to Atlantic First Industries Corporation for this scope of work, but the work was not completed. Additional funds are required to complete the same decontamination requirement. NAICS Code: 562910 Remediation Services  Small Business Size Standard: $47.0 Million  Product Service Code (PSC): Q901 Healthcare Environmental Cleaning Intended Awardee: ATLANTIC FIRST INDUSTRIES CORP  UEI: U3EKZYJDLWK3  Address: 1129 Northern Boulevard, Suite 404, Manhasset, NY 11030-3022  SDVOSB Status: Verified Service-Disabled Veteran-Owned Small Business Authority for Sole Source Award: This procurement is being conducted as a sole-source award to a verified Service-Disabled Veteran-Owned Small Business (SDVOSB) under the authority of: VAAR 819.7008 Sole source awards to verified service-disabled veteran-owned small businesses.  FAR 6.302-5(a)(2) Authorized or required by statute (38 U.S.C. § 8127); and  FAR 6.302-5(c)(2)(ii) Veterans First Contracting Program. Under VAAR 819.7008, the contracting officer may award a contract to a verified SDVOSB on a sole-source basis if:  (a) The requirement does not exceed $5,000,000;  (b) The concern is a verified SDVOSB listed in the VA VetCert database;  (c) The contracting officer determines the award can be made at a fair and reasonable price; and  (d) The contracting officer determines that the award is in the best interest of the Government. ATLANTIC FIRST INDUSTRIES CORP is a verified SDVOSB. The estimated value of this requirement is below the Simplified Acquisition Threshold. Award to this contractor ensures continuity, avoids duplication of site familiarization and safety coordination, and supports efficient completion of the requirement consistent with the Veterans First Contracting Program. Estimated Contract Value: Below the Simplified Acquisition Threshold  Contract Type: Firm-Fixed-Price (FFP)  Period of Performance: One-time service to be scheduled within a reasonable time after contract approval. Response to This Notice: Any interested party who believes they can provide the described services and meet the requirement is invited to submit a capability statement demonstrating: SDVOSB Verification: Evidence of verification as a Service-Disabled Veteran-Owned Small Business in the VA VetCert database and SBA certification system;  Technical Capability: Demonstrated experience performing large-scale decontamination of laboratory safety equipment using hydrogen peroxide protocols in healthcare/laboratory environments, including: Experience with decontamination of walk-in incubators or similar large laboratory equipment Qualified technicians skilled in decontamination of major laboratory safety equipment Capability to generate decontamination protocols and formal documentation reports Compliance with safety and environmental regulations Provide at least two (2) relevant past performance references for similar decontamination services Availability: Ability to schedule and complete performance within, 30 days of award during regular working hours (Monday Friday, 0800 1600). Capability statements must be submitted electronically to ognian.ivanov@va.gov no later than February 6, 2026 ,10:00 AM CST. Important Notice: This is a notice of intent only and does not constitute a Request for Proposals, Request for Quotations, or Invitation for Bids. The Government is under no obligation to award a contract to any party responding to this notice, and no solicitation documents are available. Responses to this notice will be considered solely for the purpose of determining whether there are other verified SDVOSBs capable of satisfying the requirement. If the Government receives capability statements from other qualified verified SDVOSBs, the requirement may be competed among SDVOSBs rather than awarded sole source. If no verified SDVOSB submits a capability statement demonstrating the ability to meet the requirement, the Government intends to proceed with award to ATLANTIC FIRST INDUSTRIES CORP on a sole-source basis under VAAR 819.7008, supported by a written Justification and Approval (J&A) in accordance with FAR 6.302-5(c)(2)(ii), FAR 6.303, and FAR 6.304. Respondents will not be notified of the results of the capability review. Award information will be available through normal Federal procurement reporting channels (FPDS, SAM.gov). Solicitation Number: 36C25726Q0263 Set-Aside: SDVOSB (VAAR 819.7008) (End of Notice)
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.