Lab Accreditation 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 Defense Health Agency (DHA) is soliciting proposals for Lab Accreditation Services for the Defense Centers for Public Health-Aberdeen (DCPH-A) Laboratory Science (LAB) Directorate at Aberdeen Proving Ground, MD. This unrestricted acquisition seeks a single award for third-party accreditation of environmental and biological analytical methods. Quotations are due February 20, 2026, at 12:00 PM Eastern.
Scope of Work
The contractor will provide comprehensive third-party accreditation services, ensuring the quality and effectiveness of DCPH-A LAB's sample analysis data. Key responsibilities include:
- Accredit methods according to ISO 17025:2017, The NELAC Institute (TNI) Volume 1, and DoD Environmental Laboratory Accreditation Program (ELAP) for PFAS methods (EPA 533 and EPA 537.1).
- Conduct bi-annual onsite assessments of the LAB's technical operations and quality management system.
- Extend current accreditation expiration dates to prevent lapses.
- Provide official documentation of accreditation, including certificates and scopes.
- Assess published and internally developed methods for scope expansions and provide quotes.
- Conduct initial and ongoing surveillance activities for DoD ELAP accreditation.
- Place of performance is primarily the contractor's facility, with onsite assessments at DCPH-A LAB in Aberdeen Proving Ground, MD.
Contract Details
- Contract Type: Firm-Fixed Price (FFP).
- Period of Performance: A base period from March 31, 2026, to March 30, 2027, with four one-year option periods, extending the potential performance through March 30, 2031.
- Set-Aside: Unrestricted.
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services), with a size standard of $14 million.
- Product Service Code: R420 (Certifications And Accreditations For Products And Institutions Other Than Educational Institutions).
Submission & Evaluation
Offerors must submit quotations in two volumes:
- Volume I (Non-Price Factors): Technical Approach and Past Performance. Must include company details (name, address, POC, CAGE Code, DUNS Number) but no pricing.
- Volume II (Price): Unit and total FFP pricing for all CLINs. A Commercial Price List may be included.
- Questions Due: February 17, 2026, at 12:00 PM Eastern, via email to Jeffrey Sprecher and Courtney Piar.
- Quotations Due: February 20, 2026, at 12:00 PM Eastern.
- Award Basis: Competitive best value tradeoff. Technical Approach and Past Performance are considered more important than Price when combined. Offerors must achieve a minimum rating of "Acceptable" for Technical Approach and Past Performance.
Quality Assurance
The Quality Assurance Surveillance Plan (QASP) outlines the government's oversight process, detailing performance standards, inspection methods, and acceptable quality levels (AQLs) for deliverables. Bidders should review the QASP to understand expectations for quality control, reporting, and adherence to standards.
Contact: Jeffrey Sprecher (jeffrey.b.sprecher.civ@health.mil).