Air Techniques International (ATI) 2i Ensemble with iProbe Plus Aerosol Photometers
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 Defense Health Agency (DHA), on behalf of the United States Army Medical Research Institute for Infectious Diseases (USAMRIID), is soliciting proposals for two Air Techniques International (ATI) 2i Ensemble with iProbe Plus Aerosol Photometers. These devices are essential for HEPA filter certifications in BSL3 and BSL4 laboratory spaces, ensuring compliance with CDC regulatory standards and Biosafety in Microbiological and Biomedical Laboratories (BMBL) requirements. This is an unrestricted solicitation, with offers due by April 1, 2026, 12:00 AM.
Scope of Work
The requirement is for two (2) ATI 2i Ensemble with iProbe Plus Aerosol Photometers (120v). Key Minimal Essential Characteristics (MEC) include:
- Dimensions: Not exceeding 33 cm x 25.7 cm x 15.2 cm.
- Weight: Not exceeding 8.6 kg.
- Electrical: 100-250 Volts AC, 50/60 Hz, automatic adjustment.
- Startup: Automatic zero reading establishment.
- Alarm: Selectable audible, visual, and vibratory.
- Flow Control: 1 cfm (28.3 lpm) +/- 10%.
- Reagent Settings: Support for PAO-4, DOP, DOS/DEHS, Ondina, PEG, Krydol, Corn Oil, Mineral Oil, Paraffin.
- Dynamic Range: 0.0001 mg/m3 to 120 mg/m3.
- Accuracy: 1% of readings (0.01% to 100%).
- Repeatability: 0.5% of readings > 0.01% to 100%.
- Standards: Must meet ISO 14644-3, NSF-49, IEST-RP-CC034, EN12469 / Electrical & Safety - CE, EN 61010-1:2010, EN 61326-1:2006, FCC Part 15 Subpart B. Software, warranty, and services must align with Original Equipment Manufacturer (OEM) terms.
Contract & Timeline
- Contract Type: Firm Fixed Price
- NAICS Code: 334516
- Product Service Code: 6635 (Physical Properties Testing And Inspection)
- Set-Aside: Unrestricted
- Offer Due Date: April 1, 2026, 12:00 AM
- Delivery Date: April 10, 2026
- Published Date: March 12, 2026
Evaluation
Award will be made on a Lowest Priced/Technically Acceptable (LPTA) basis. Evaluation factors include:
- Technical: Quoters must demonstrate ability to meet all specified MECs. Failure to meet any MEC will result in an "Unacceptable" rating.
- Past Performance: Evaluated via the Supplier Performance Risk System (SPRS).
- Price: Assessed for fairness and reasonableness. An "Unacceptable" rating in any factor renders a quotation ineligible for award.
Additional Notes
Payment requests and receiving reports are to be submitted through the Wide Area WorkFlow (WAWF) system. The solicitation incorporates relevant FAR clauses by reference.