Biological Safety Cabinet, Small Animal Isolator, and Chemical Fume Hood 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 USDA Animal and Plant Health Inspection Service (APHIS), through its MRPBS Minneapolis MN office, is soliciting proposals for Biological Safety Cabinet (BSC), HEPA Filtered Small Animal Isolator, and Chemical Fume Hood Services. This is a Total Small Business Set-Aside opportunity for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the National Centers for Animal Health (NCAH) in Ames, IA. The acquisition is issued as a Request for Quotation (RFQ) under FAR Part 12. Proposals are due by March 13, 2026, at 5:00 PM Central Time.
Scope of Work
The contractor will provide quarterly certification, maintenance, and repair services for approximately 261 BSCs, 47 HEPA Filtered Small Animal Isolators, and 75 Chemical Fume Hoods. Services are to be provided on an "as needed" basis at NCAH facilities located at 1920 Dayton Avenue, 1015 N. University Blvd, and 716 Farm House Lane in Ames, IA. The scope includes comprehensive services, furnishing materials, covering overhead, administrative expenses, profit, lab draw costs, certification, transportation, and test equipment calibration. The contractor must perform quarterly site visits and up to 10 emergency site visits per year. All services must adhere to specific standards, including NSF/ANSI Standard 49 for BSCs, manufacturer specifications, NFPA 45, ANSI Standard Z9.5, and ASHRAE 110 for fume hoods. The government will provide filters, replacement, and repair parts for units failing certification.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) and Time & Materials (T&M) task orders.
- Period of Performance: 60 months, from April 1, 2026, to March 31, 2031.
- Payment Terms: Net 30 for all task orders.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 541380 Testing Laboratories and Services, with a small business size standard of $19.0 million.
- Key Personnel Requirements: Contractor certifiers must be accredited by the National Sanitation Foundation (NSF) on NSF/ANSI Standard 49 Class II. Personnel will require a Moderate Risk Public Trust (Tier 2) background investigation and must comply with USDA PIV policies.
- Wage Determination: This contract is subject to the Service Contract Act, requiring adherence to Wage Determination No. 2015-4975 Revision No. 27 for minimum wage rates and fringe benefits.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Technical Acceptability: Evaluated as "acceptable" or "unacceptable" based on the offeror's demonstrated capability and understanding of requirements.
- Key Submission Requirements: Offerors must provide a detailed explanation of their ability to perform services, a completed AGAR clause 452.237-74 Key Personnel, NSF accreditation certificates, proof of liability insurance (FAR 52.228-5 and AGAR 452.228-71), and pricing for all items on Attachment 3 - Pricing Sheet.
- Past Performance: Will be evaluated as Acceptable, Neutral, or Unacceptable.
- Offer Validity: Offers must remain firm for 90 calendar days from the offer receipt date.
- Registration: An active SAM registration is required for eligibility.
Important Dates
- Questions Due: March 5, 2026, 5:00 PM Central Time (via email to stephen.tees@usda.gov).
- Offer Due Date: March 13, 2026, 5:00 PM Central Time.
- Published Date: March 5, 2026.
Additional Notes
An incumbent contractor previously performed these services. This is a combined synopsis/solicitation; a separate written solicitation will not be issued.