ABSL-3Ag and ABSL-4Ag Penning and Gating Alterations, National Bio and Agro-Defense Facility, Manhattan, Kansas
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), is soliciting quotations for ABSL-3Ag and ABSL-4Ag Penning and Gating Alterations at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, Kansas. This is a Total Small Business Set-Aside with an anticipated magnitude between $1,000,000 and $5,000,000. A mandatory site visit is required, and a Non-Disclosure Agreement (NDA) must be completed to receive specifications and drawings. Quotations are due by May 15, 2026, at 1:00 PM Central Time.
Scope of Work
The project involves modifying existing penning and gating within the ABSL-3Ag and ABSL-4Ag areas of the NBAF, located on the first floor (approximately 66,000 SF). The objective is to improve animal movement and implement additional safety measures for animal care staff. Key requirements include penning modifications, removal of existing gate latch mechanisms and installation of chain-based latching (Option Item 1 for ABSL-3 lab areas), and removal of existing waterers for installation of float-based waterers (Option Item 2 for ABSL-3 lab areas). The facility will remain occupied during the project.
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ)
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 236220 Commercial and Institutional Building Construction (Size Standard: $45M)
- Magnitude: Between $1,000,000 and $5,000,000
- Period of Performance: 365 calendar days after Notice to Proceed
- Mandatory Site Visit: April 29, 2026, at 1:00 PM CT (Registration required by April 22, 2026)
- Questions Due: May 1, 2026, at 1:00 PM CT
- Quotations Due: May 15, 2026, at 1:00 PM CT
- Published Date: April 14, 2026
Evaluation & Submission
Proposals will be evaluated using a Lowest Priced Technically Acceptable (LPTA) source selection process. Offerors must be registered in SAM.gov. A Bid Bond (not less than 20% of proposed price, not to exceed $300,000) is required. Offerors must provide two to three recent and relevant references. Submissions must be emailed to erin.riffey@usda.gov.
Special Requirements
- Mandatory Site Visit: Attendance is required. Registration involves completing an NBAF Visitor Application and an online 1-year background check by April 22, 2026. Required PPE includes hard hat, yellow safety vest, gloves, safety glasses, mask, closed-toed shoes, shoe covers, and long pants.
- Specifications & Drawings: Not publicly posted. Contractors must submit a completed and encrypted Non-Disclosure Agreement (NDA) to erin.riffey@usda.gov (cc: kraig.buffington@usda.gov) to receive these documents.
- Personnel: All contractor employees must be US citizens, pass a Tier 2 background investigation, and complete site-specific training. Contractor identification badges must be worn at all times.
- Digital Media: Use of personal devices for photography/videography is prohibited. Government-Furnished Equipment (GFE) with prior authorization is required.
- Wage Determination: Bidders must adhere to the prevailing wage rates and fringe benefits outlined in General Decision KS20260056 for Building Construction Projects in Riley County, Kansas.
- Compliance: Adherence to NBAF policies, SOPs, and guidelines is mandatory.