1232SA26Q0336 - Combination Synopsis/Solicitation for Autoclave Display Replacement for USDA-ARS-PWA Albany CA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA) - Agricultural Research Service (ARS) - Pacific West Area (PWA) is soliciting proposals for the replacement of an autoclave display at its facility in Albany, CA. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ).
Scope of Work
The contractor will be responsible for supplying all supervision, labor, transportation, equipment, and supplies to:
- Remove and replace a faulty autoclave display with a new STERIS Display Panelview Plus 6 600 (Part Number P338523155).
- Test the autoclave's functionality after the panel removal and replacement.
- Save and provide any parts of value for potential reuse to the Location Point of Contact (POC).
- Ensure the work area is clean and all debris are removed daily.
- Provide a commercial warranty for workmanship and all new equipment upon completion.
The work will be performed at the North Wing, USDA-ARS-PWA-WRRC, located at 800 Buchanan Street, Albany CA 94510. The contractor is responsible for all associated travel costs.
Contract & Timeline
- Solicitation Number: 1232SA26Q0336
- Contract Type: Firm-Fixed Price purchase order
- Set-Aside: Total Small Business Set-Aside (NAICS 811210, size standard $34M)
- Period of Performance: Services to be completed no later than 90 days after receipt of order, unless otherwise specified.
- Offer Due Date: April 1, 2026, at 1:00 PM MT
- Published Date: March 19, 2026
Evaluation & Submission
Award will be made to the offeror representing the best value to the Government, considering:
- Technical Approach: Evaluates the offeror's ability to provide a sound and compliant approach, demonstrating understanding of requirements, schedule adherence, and any unaccomplishable requirements.
- Price: Must be fair and reasonable, with pricing required for all line items.
- Past Performance: Evaluated based on recency, relevancy, and quality of performance on similar contracts within the last five years. Offerors must submit Past Performance Information Sheets for themselves, teaming partners, and critical subcontractors.
Offerors must complete specific blocks on the SF-1449 form (12, 17, 23, 24, and 30) and hold prices firm for 90 calendar days from the offer receipt date. Invoices must be submitted electronically through the Invoice Processing Platform (IPP) at www.ipp.gov.
Questions & Contact
Questions regarding this solicitation are due via email by April 2, 2026, at 1:00 PM Eastern Time to Theodore Blume at Theodore.Blume@usda.gov. The email subject line must include the solicitation name and number. Offerors are responsible for retrieving and acknowledging all amendments.
Attachments & Key Clauses
Key attachments include:
- Attachment I: Terms and Conditions
- Attachment II: Statement of Work
- Attachment III: Service-Contract-Labor Standards-Exemption Documentation (to be returned if applicable)
- Attachment IV: Contractor Request for Information (RFI) Form
- Attachment V: Past Performance Questionnaire (PPQ)
FAR clauses related to commercial products/services, small business, and AGAR Clause 452.203-71 (Anti-Discrimination and DEI Compliance) are incorporated by reference.