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 U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), is seeking quotations for Biological Safety Cabinet, Small Animal Isolator, and Chemical Fume Hood Services at The National Centers for Animal Health (NCAH) in Ames, IA. This Request for Quotation (RFQ) will result in an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) and Time & Materials (T&M) task orders. This acquisition is a Total Small Business Set-Aside.
Scope of Work
The contractor will provide comprehensive quarterly certification, maintenance, and repair services for approximately 261 Biological Safety Cabinets (BSCs), 47 HEPA Filtered Small Animal Isolators, and 75 Chemical Fume Hoods. Services include scheduled quarterly site visits and up to 10 emergency site visits annually. All work must adhere to stringent standards such as NSF/ANSI Standard 49 for BSCs, manufacturer specifications, NFPA 45, ANSI Standard Z9.5, and ASHRAE 110 for fume hoods. 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 compliance with USDA PIV policies.
Contract Details
- Contract Type: Request for Quotation (RFQ) leading to an IDIQ contract (FFP/T&M task orders).
- Period of Performance: 60 months, from April 1, 2026, to March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (NAICS 541380, $19.0M size standard).
- Place of Performance: NCAH facilities in Ames, IA.
- Payment Terms: Net 30 for all task orders.
Submission & Evaluation
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical acceptability will be assessed 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) including NSF accreditation certificates, and proof of liability insurance. Pricing must be submitted for all line items on Attachment 3 (Pricing Sheet) and held firm for 90 calendar days. Past performance will also be evaluated.
- Questions Due: March 5, 2026, at 5:00 PM Central Time, via email to stephen.tees@usda.gov.
- Quotations Due: March 13, 2026, at 5:00 PM Central Time.
- Important Notes: An active SAM registration is required for eligibility. Bidders must factor the minimum wage rates and fringe benefits outlined in Wage Determination No. 2015-4975 (Attachment 4) into their pricing.