AmpliFire Isothermal Fluorometers
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 Department of Agriculture, Forest Service, specifically the Bridger-Teton National Forest, is soliciting quotations for seven AmpliFire Isothermal Fluorometers (Solicitation #1240LR26Q0003). These devices are required for aquatic invasive species (AIS) eDNA analysis in NFS lakes in Idaho and the broader Intermountain Region, following a quagga mussel detection incident. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The requirement is for seven field-portable AmpliFire Isothermal Fluorometers capable of real-time measurement of LAMP reactions for environmental DNA (eDNA) detection. These will be used to identify species such as zebra, quagga, New Zealand mud, and golden mussels across 32 lakes and reservoirs. Key technical specifications include a rechargeable battery (6+ hours), three fluorescence detection channels, a touch-screen display, internal memory for over 1,000 runs, USB interface, barcode/QR code reader, and specific operating/reaction temperature ranges. "Or equal" products must meet all salient characteristics and include descriptive literature.
Contract & Timeline
- Type: Request for Quotation (RFQ) for commercial items, issued as a combined synopsis/solicitation in accordance with FAR Part 12.
- Set-Aside: Total Small Business Set-Aside (NAICS 334516, size standard 1,000 employees).
- Published: January 21, 2026.
- Questions Due: January 27, 2026, 2:00 PM MST.
- Quotations Due: February 5, 2026, 3:00 PM MST.
Submission & Evaluation
Quotations must be submitted via email to milagro.brown@usda.gov. Award will be made to the offeror representing the Best Value to the Government. Evaluation will consider Price (fair and reasonable), Technical Acceptability, and Past Performance. The lowest priced offer will be evaluated for Technical Acceptability first. Offerors must hold prices firm for 90 calendar days from the offer receipt date.
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. The Buy American Act and Free Trade Agreements are applicable. Delivery is requested F.O.B. Destination.