Occupational Medical Surveillance Program Base+4 IDIQ - Peoria IL
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. Department of Agriculture (USDA) Agricultural Research Service (ARS) is soliciting quotations for an Occupational Medical Surveillance Program (OMSP) in Peoria, IL. This is a Total Small Business Set-Aside Request for Quotation (RFQ) for a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, consisting of a base year and four option years. The purpose is to provide medical surveillance services to USDA ARS NCAUR employees. Quotations are due by February 24, 2026, at 12:00 PM CT.
Scope of Work
The contractor will furnish personnel, materials, equipment, and facilities to conduct comprehensive OMSP services. This includes baseline and periodic medical surveillance for employees potentially exposed to chemical, biological, and/or physical hazards. Services encompass physical examinations, general laboratory tests (blood chemistry, hematology, urinalysis), pulmonary function tests, audiometric examinations, chest X-rays, and other specialized tests. The program also requires medical evaluations and written certification for employees needing respiratory protection, including fit tests. The contractor's physician must be a licensed MD or DO, Board Certified or Eligible in Occupational Medicine or Internal Medicine with relevant experience.
Contract Details
- Contract Type: Firm-Fixed-Price IDIQ
- Duration: One (1) Base Year (12 months) and four (4) 12-month Option Years (total not to exceed five years).
- Set-Aside: Total Small Business Set-Aside (NAICS 621511, $41.5M size standard).
- Place of Performance: Contractor's facility within 15 miles of NCAUR (1815 N UNIVERSITY STREET, PEORIA IL 61604). On-site collection at NCAUR is possible under specific agreements.
- Hours of Service: 8 AM - 4 PM Central Time, Monday-Friday.
- Participants: Each period (base and options) has a minimum of 40 and a maximum of 120 participants.
Submission & Evaluation
Quotations must be submitted electronically via email to the point of contact. Award will be made to the offeror representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Criteria include:
- Price: Evaluated for fairness and reasonableness, requiring complete pricing for all CLINs as requested in
Attachment 3 0001 Schedule and Transmittal Summary.pdf. - Technical Acceptability: Quotations will be rated "acceptable" or "unacceptable" based on capability to meet requirements detailed in
Attachment 4 Performance Work Statement and QASP.pdf. - Past Performance: Evaluated as "Acceptable," "Neutral," or "Unacceptable."
Bidders must complete Attachment 3 0001 Schedule and Transmittal Summary.pdf, affirming active SAM.gov registration, understanding of FOB Destination, invoicing via Treasury's IPP, 30-day pricing validity, and acknowledgment of amendments. Inquiries are due 48 hours before the response date, and extension requests 24 hours prior.
Key Dates & Contact
- Response Due Date: February 24, 2026, 12:00 PM Central Time
- Published Date: February 18, 2026 (Amendment 0002)
- Primary Point of Contact: Christopher Turner (christopher.c.turner@usda.gov)
Additional Notes
This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Attachment 2 Wage Determination 2015_5027_R27.pdf provides minimum wage rates and fringe benefits for the specified Illinois counties, which bidders must consider for labor costs. All solicitation documents and amendments are posted on SAM.gov, and offerors are responsible for monitoring for updates. Attachment 5 NCAUR SDS Data.pdf was added by Amendment 0002.