FDA Third Party Tobacco Retailer Inspection Services (Region 4)
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. Food & Drug Administration (FDA) intends to issue a competitive Request for Proposals (RFP) for Third Party Tobacco Retailer Inspection Services for Region 4. This is a Presolicitation for a noncommercial services acquisition, set aside for Total Small Business. The anticipated maximum contract value is $33,500,000.00. The solicitation is anticipated to be issued on May 16, 2026, with Phase I proposals due by June 11, 2026.
Scope of Work
The selected contractor will conduct tobacco retail compliance check inspections in accordance with the Federal Food, Drug, and Cosmetic Act (FD&C Act) and FDA protocols. Key requirements include:
- Performing undercover buy and advertising/labeling inspections at tobacco retail establishments.
- Managing commissioned inspector and underage purchaser programs.
- Handling and transmitting inspection evidence.
- Providing comprehensive program management and reporting support.
- Inspectors must be commissioned officers of the FDA.
Contract & Timeline
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Ordering Period: Five (5) years
- Task Order Period of Performance: 12 months each
- Anticipated Maximum Contract Value: $33,500,000.00
- Contract Minimum: $10,000.00
- Payment Structure: Predominantly Firm-Fixed-Price (FFP) task orders, with potential for Cost Reimbursement for certain line items, Other Direct Costs (ODCs), and non-inspection related travel.
- Anticipated Solicitation Issue Date: May 16, 2026
- Anticipated Proposals Due (Phase I): June 11, 2026
- Anticipated Proposals Due (Phase II): July 08, 2026
- Anticipated Award Date: September 18, 2026
Eligibility / Set-Aside
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 561611 - Investigation, Guard, and Armored Car Services
- Size Standard: $25 Million
Geographic Scope
Services are required for Region 4, which includes Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, Washington, and Wyoming.
Additional Notes
This notice is for planning purposes only and does not commit the Government to issue a solicitation or award a contract. All dates are approximate and subject to change. Offerors must be registered in SAM.gov. Questions will not be accepted in response to this presolicitation notice; instructions for submitting questions will be provided upon formal solicitation release. Monitor SAM.gov for all updates.