Human Diagnostic and Laboratory Testing 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 Department of Agriculture, Animal and Plant Health Inspection Service (APHIS), through its Minneapolis office, has issued a Request for Quotation (RFQ) for Human Diagnostic and Laboratory Testing Services. This unrestricted opportunity seeks to support worker health and safety at the National Centers for Animal Health (NCAH) in Ames, Iowa. The government intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract. Quotations are due by March 11, 2026.
Scope of Work
The contractor will provide comprehensive human diagnostic and laboratory services, including specimen collection, transport, testing, analysis, and reporting. Key services encompass Rabies Rapid Fluorescent Focus Inhibition Testing (RFFIT), support for the Investigational New Drug (IND) Program, and inclusion in the NCAH Serum Bank Program. A wide range of specific tests, detailed in the "Schedule of Items" (CLIN 0001) and Attachment 3 (Pricing Sheet), are required, such as antibody screens, blood counts, chemical profiles, and wellness panels. Services must be available 7 days a week, 24 hours a day. Performance will primarily be off-site at the contractor's CLIA-certified facility, located within 20 miles of NCAH, with on-site specimen collection services provided at NCAH in Ames, Iowa, for specified periods.
Contract & Timeline
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with firm-fixed-price delivery orders.
- Period of Performance: Five ordering periods, from April 1, 2026, to March 31, 2031.
- NAICS Code: 622110 General Medical and Surgical Hospitals (Small Business Size Standard: $47.0M).
- Set-Aside: Unrestricted (not set-aside for small business concerns).
- Questions Due: March 4, 2026.
- Quotations Due: March 11, 2026, 22:00 UTC.
- Published Date: February 25, 2026.
Submission & Evaluation
Award will be made to the offeror representing the best value to the Government, based on Lowest Price Technically Acceptable (LPTA) criteria. Evaluation will consider Price, Technical Acceptability, and Past Performance. Offerors must submit pricing for all items listed in Attachment 3 (Pricing Sheet) and provide a detailed explanation of their ability to perform services, including lab location, CLIA certification proof, and medical liability insurance proof. Minimum eligibility requires offerors to be CLIA certified laboratories, located within 20 miles of specified locations, and maintain required medical liability insurance. Offers must hold prices for 90 calendar days.
Additional Notes
Adherence to HIPAA, HITECH, and Privacy Act standards is mandatory. Test results and reports must be delivered within 14 days of specimen collection. Contractor personnel must be qualified, properly cleared, and wear identification badges when on USDA facilities. Attachment 4 (Wage Determination) establishes minimum wage rates and fringe benefits for Story County, Iowa, under the Service Contract Act, which bidders must account for in their pricing. Payment terms are "Net 30" via the Invoice Processing Platform (IPP).