Air Filter Replacement Service
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), Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for Air Filter Replacement Service at the Phoenix Rearing Facility (PRF) in Phoenix, AZ. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. An amendment has been issued to add previously omitted clauses and provisions. Updated quotes are due by April 17, 2026, at 0900 AM EST.
Scope of Work
The contractor will provide comprehensive air filter replacement services for the 69,000 sq ft Phoenix Rearing Facility. This includes:
- Replacement of filters in 106 fan coil units and one air handler (MERV 8 pleated pre-filters and return air filters).
- Replacement of HEPA filters in six fan coil units and one air handler.
- Replacement of pleated filters in ten evaporator units within three walk-in coolers.
- Replacement of existing washable filters with custom fabricated pleated filters in specialized areas (dark rooms, larvae rooms, egg layer rooms, moth collection, shipping coolers).
- Adherence to specific replacement frequencies: weekly for walk-in coolers, monthly for most units and specialized rooms, and semi-annually for HEPA filters.
- Removal and disposal of used filters.
- Fabrication of custom, three-section removable frames for walk-in cooler evaporator units. Work hours are Monday-Friday, 6 a.m. - 2:30 p.m.
Contract Details
- Type: Combined Synopsis/Solicitation, Firm-Fixed Price contract.
- Period of Performance: One (1) one-year base period and four (4) one-year option periods, totaling up to five years. Includes FAR 52.217-8 for a potential six-month extension.
- Award: The Government intends to make one award.
Set-Aside & Eligibility
This acquisition is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside under NAICS code 238220 with a $19 million size standard. A mandatory site visit was held on March 25 and 26, 2026. Only vendors who attended and signed the official attendance sheet are eligible for award.
Submission & Evaluation
Quotes will be evaluated using the Lowest Price Technically Acceptable (LPTA) criteria, considering:
- Price: Evaluated for fairness and reasonableness, including options.
- Technical Acceptability: Rated "acceptable" or "unacceptable" based on the offeror's ability to meet requirements and understanding of the SOW.
- Past Performance: Evaluated as "acceptable" or "neutral." Offerors must provide detailed explanations of their ability to perform and any requirements they cannot accomplish. Quotes must remain firm for 90 calendar days.
Key Dates
- Questions pertaining to amendment due: April 15, 2026, 0900 AM EST.
- Updated Quotes Due: April 17, 2026, 0900 AM EST.
Additional Notes
A U.S. Department of Labor Wage Determination (No. 2015-5469, Rev. 29) for Maricopa and Pinal counties, AZ, applies, outlining minimum wage rates and fringe benefits. The Contracting Officer is Cody Grey (cody.grey@usda.gov, 603-833-0842).