Amendment 0002 Irwin Army Community Hospital Fume Hood Testing
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
This is Amendment 0002 to a Combined Synopsis/Solicitation for Fume Hood Testing at Irwin Army Community Hospital, Fort Riley, KS. The Department of the Army seeks a Firm Fixed-Price contractor for semi-annual inspection, testing, and certification of fume hoods, biosafety cabinets, and clean/compounding rooms. This opportunity is a Total Small Business Set-Aside. Quotes are due by 10:00 CDT on April 22, 2026.
Scope of Work
The requirement is for non-personal services including on-site semi-annual inspection, testing, and certification of various laboratory and pharmacy equipment. This encompasses:
- Fume hoods, biosafety cabinets (BSC), compounding isolators, grossing hoods, and laminar flow hoods.
- Clean/compounding rooms at Irwin Army Community Hospital and Environmental Services.
- Specific services include inflow/downflow velocity measurements, HEPA filter integrity testing, smoke pattern testing, site installation testing, alarm calibration, and viable air/surface sampling per USP 797 guidelines.
- Certification of compounding rooms must comply with USP 797, USP 800, NSF/ANSI 49, OSHA, NIH/CDC, and CETA standards, including airflow, pressurization, leak tests, and particle counting.
- The contractor must provide all necessary trained/OEM certified personnel, labor, tools, diagnostic equipment, materials, supplies, transportation, and travel.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base Year (May 10, 2026 - May 9, 2027) plus four (4) Option Years. Services are performed semi-annually.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- RFQ Due: April 22, 2026, 10:00 CDT
- Published Date: April 16, 2026 (Amendment 0002)
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Offers will be evaluated on Price, Technical Capability, Schedule, and Contractor Past Performance. All factors other than Price, when combined, are equally as important as Price.
Special Requirements & Notes
- Offerors must be registered in SAM and under NAICS Code 541380 (or similar) with a $19M size standard.
- Contractor personnel must comply with installation access, security, vehicle registration, and complete Anti-Terrorism (AT) Level I, OPSEC, and iWATCH training.
- A Wage Determination for Pottawatomie and Riley Counties, Kansas, is applicable, establishing minimum labor costs.
- Amendment 0002 updates FAR & DFARs clauses and provisions.
- Bidders must include Company Name, POC, Phone, and UEI with their quote.