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
The Department of the Army, MICC-FT Riley, is soliciting proposals for semi-annual inspection, testing, and certification of fume hoods, biosafety cabinets, and clean/compounding rooms at Irwin Army Community Hospital and Environmental Services, Fort Riley, Kansas. This is a Firm Fixed Price requirement set aside for Total Small Businesses.
Scope of Work
This non-personal services requirement involves on-site semi-annual inspection, testing, and certification of various laboratory and pharmacy equipment, including:
- Fume hoods, biosafety cabinets (BSC), grossing hoods, and compounding isolators.
- Clean/compounding rooms, including viable/non-viable surface and air sampling, particle counts, and microorganism identification.
- Specific services detailed in Exhibit B include certification of balance enclosures, various fume hoods, biosafety cabinets, laminar flow hoods, and isolators.
- Air quality and airflow testing, particle count classifications, smoke pattern testing, and viable air sampling within pharmacy environments.
- Testing procedures such as Colony Forming Unit (CFU) identification, temperature, humidity, differential pressure, and terminal HEPA volume/integrity testing.
- The contractor must provide all necessary trained/OEM certified personnel, labor, tools, specialized equipment, materials, supplies, transportation, and travel.
- Performance standards require testing and certification one week prior to expiration and service reports within 48 hours.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base Year (May 10, 2026 - May 9, 2027) plus four (4) Option Years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
- NAICS Code: 541380 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a $19M size standard.
- Questions Due: March 24, 2026, 10:00 CDT
- RFQ Due: April 6, 2026, 10:00 CDT
- Published Date: March 13, 2026
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 the System for Award Management (SAM).
- Contractor personnel must be trained/OEM certified and complete Anti-Terrorism (AT) Level I, OPSEC, and iWATCH training for installation access.
- Bidders must adhere to the Wage Determination for Kansas (Pottawatomie and Riley counties), ensuring proposed wages and benefits meet or exceed federal requirements.
- Contact: Phyllis M Senn (phyllis.m.senn.civ@army.mil) and Sheila Banks (sheila.a.banks.civ@army.mil).