Animal Health & Diagnostic Testing Services
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 National Institutes of Health (NIH) is soliciting proposals for Animal Health & Diagnostic Testing Services via a Request for Quote (RFQ) 75N98026Q00366. This unrestricted opportunity seeks a contractor to provide comprehensive diagnostic services, including serology, PCR, hematology, and blood chemistry analysis. The contract will be a Firm Fixed Price type, with a base year and multiple option years. Proposals are due June 04, 2026, at 9:00 A.M. EDT.
Scope of Work
The selected contractor will provide a readily available source of serology assay testing services, PCR, and other assays to meet the diagnostic and health monitoring needs of the Division of Veterinary Resources (DVR) and NIH. Key services include:
- Performing serological assays (MFI, ELISA, HAI, Western Blot for confirmation).
- Performing PCR assays for various agents.
- Conducting Hematology and Blood Chemistry analysis.
- Identifying bacterial agents for culture confirmation.
- Proposing and developing pathogen panels specifically for NIH.
- Providing submission forms, collection supplies, and sample transport.
- Logging sample information and reporting results electronically within specified timeframes (e.g., 3 days for serology, 7 days for PCR, 2 days for Hema/Blood Chem).
- Notifying NIH of significant positive results promptly.
- Performing research to elucidate outbreak causes if requested.
- Providing a training program for contract employees.
- Maintaining electronic data for the life of the contract.
Anticipated volume is approximately 350,000 individual test results per annum, with detailed estimated assay tables provided for various species.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted
- NAICS Code: 541940 (Small Business Size Standard: $10.0M)
- Period of Performance: Base Year: July 1, 2026 - June 30, 2027, with option years extending up to June 30, 2031. An option to extend for up to six months under FAR 52.217-8 is also included.
- Place of Performance: Contractor's laboratory, with samples originating from Bethesda, MD.
- Key Personnel: Project Supervisor (Ph.D. or DVM/VMD, board-certified ACLAM, 5+ years experience) and Laboratory Supervisors (Bachelor's degree, 1+ year supervisory experience).
Submission & Evaluation
- Proposals Due: June 04, 2026, at 9:00 A.M. Eastern Daylight Time (EDT).
- Questions Due: May 20, 2026, at 12:00 P.M. Eastern Daylight Time (EDT).
- Evaluation Factors: Offers will be evaluated based on price and other factors, with technical and past performance factors significantly more important than price. The evaluation criteria include:
- Factor 1: Technical Proposal/Program Plan (Weight: 50): Detailed procedures for testing, sample processing, confirmation, personnel supervision, instrument calibration, and emergency response.
- Factor 2: Organizational Experience (Weight: 20): Company description, services, management structure, and experience in similar work.
- Factor 3: Past Performance (Weight: 20): Quality of past performance, customer satisfaction, timely delivery, and adherence to specifications.
- Factor 4: Personnel Experience and Availability (Weight: 10): Qualifications, roles, and availability of proposed staff, including training programs.
- Offerors must include a completed copy of FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items.
Contact Information
- Primary Contact: FALZONE, MICHAEL L (michael.falzone@nih.gov)