Dry Ice Deliveries, Manhattan KS
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 offers for Dry Ice Deliveries to the National Bio and Agro Defense Facility (NBAF) in Manhattan, KS. This is a Combined Synopsis/Solicitation (RFQ) issued as a Total Small Business Set-Aside. The anticipated contract will be a Firm-Fixed Price IDIQ for a routine supply of dry ice. Offers are due by March 25, 2026, 2:00 PM Z.
Scope of Work
This opportunity requires the routine supply of dry ice pellets, 5/8" to 3/4" extruded, manufactured, processed, packed, transported, and stored according to specific CFR regulations (40 CFR 173.217 and 21 CFR 184.1240). Quantities will range from 100 pounds to 2,500 pounds per week, with variations based on laboratory needs, and may include emergency rush deliveries.
Deliveries are FOB Destination to USDA APHIS NBAF Transshipping, 1525 Discovery Way, Manhattan, KS 66502. Dry ice must be delivered in durable 50 lb boxes within 1,000 lb capacity insulated containers. Delivery hours are Monday through Friday, 7:30 AM to 3:30 PM, excluding Federal Holidays. Vendors must coordinate by supplying driver's name, company, and estimated arrival 72 business hours prior via email to NBAF.Dock@usda.gov, and make delivery arrangements with the Technical Point of Contact at least two weeks in advance. Drivers must comply with facility security policies, inspections, and a list of prohibited items.
Contractors must also adhere to Wage Determination 2015-5337, Revision No. 28, for the Service Contract Act, applicable to Pottawatomie and Riley Counties in Kansas. This document outlines minimum hourly wage rates and fringe benefits, and compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage).
Contract Details
- Contract Type: Anticipated Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
- Period of Performance: Five (1) one-year ordering periods, not to exceed five (5) years total, with a contract end date of March 31, 2031.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 325120 Industrial Gas Manufacturing.
- Small Business Size Standard: 1200 employees.
Submission & Evaluation
- Submission: Offers are requested, and a separate written solicitation will not be issued. Pricing for all items must be submitted.
- Evaluation: Quotes will be evaluated based on past performance and price, with award made to the offeror representing the best value to the Government. FAR 52.212-2 is not applicable.
- Key Deadlines:
- Questions Due: March 25, 2026, 9:00 AM CDST.
- Offers Due: March 25, 2026, 2:00 PM Z. Offers must be held firm for 45 calendar days from the receipt of offers date.
- Contact: Jason L Wilking, Jason.L.Wilking@usda.gov, 612-336-3210.
Additional Notes
This solicitation incorporates numerous FAR and AGAR clauses and provisions by reference, which offerors should review carefully. A prohibited items list is provided for visitors and delivery personnel.