Annual Inspection & Certification of the EDS
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 USDA Agricultural Research Service (ARS) is soliciting quotations for the Annual Inspection & Certification of the Effluent Decontamination System (EDS) at its facility in Frederick, MD. This is a Total Small Business Set-Aside opportunity, issued as a Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed-Price requirements contract. The purpose is to ensure the operational integrity of the EDS for a Biosafety Level 3 Plant Pathogen Containment Facility. Quotations are due by May 4, 2026, at 4:00 PM CT.
Scope of Work
The contractor will provide annual inspection and certification services for the EDS System at the NEA Foreign Disease Weed Science Research Unit (FDWSRU) Containment Facility, Building 374. Key requirements include:
- Testing of specific system components (valves, instrumentation, calibration).
- Inspection of all utilities (steam, water, air).
- Temperature controls and pressure checks.
- Monitoring system performance for early problem diagnosis.
- Filter integrity testing (20 units) using the water intrusion method.
- Replacement of any filters that fail testing and retesting of new filters.
- Supply of 10 Graver Teftec Filters (20 units).
Contract & Timeline
- Solicitation Number: 1232SA26Q503
- Contract Type: Firm-Fixed-Price requirements contract.
- Duration: One (1) one-year base period (July 20, 2026 - July 19, 2027) and three (3) one-year option periods, for a total potential duration of four years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541330, with a small business size standard of $47.0M.
- Offer Due Date: May 4, 2026, at 4:00 PM CT.
- Questions Due Date: April 22, 2026, at 12:00 PM CT.
- Published Date: April 21, 2026.
Submission & Evaluation
- Submission: Quotes must be submitted electronically via email to Jessica Pacheco at jessica.pacheco@usda.gov.
- Required Forms: Bidders must complete blocks 12, 17, 23, 24, and 30 of the SF-1449 form.
- Technical Package: Must include a detailed explanation of the company's capability, technical and management approach, and experience with similar projects within the last five years.
- Evaluation: Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability will be rated as "acceptable" or "unacceptable," and Past Performance will also be evaluated. The award will be made to the offeror representing the best value to the Government.
- Pricing: Offerors must hold prices firm for 90 calendar days from the offer receipt date.
- Registration: Offerors must be registered in SAM.gov.
Additional Notes
This solicitation incorporates FAR Part 12 and specific clauses by reference. The Service Contract Labor Standards apply, and bidders must adhere to the wage determinations for Frederick and Montgomery counties, MD, as detailed in Attachment 3. The delivery point is FOB Destination.