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 seeking quotations for an Occupational Medical Surveillance Program (OMSP) Base+4 IDIQ contract in Peoria, IL. This Request for Quotation (RFQ) aims to establish a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide essential medical surveillance services for USDA ARS NCAUR employees. Quotations are due by March 13, 2026, at 1:00 PM EST.
Scope of Work
The contractor will provide comprehensive OMSP services, including baseline medical surveillance exams, annual screenings, and other tests based on occupational exposure. Services encompass physical exams, general lab tests, audiograms, chest X-rays, pulmonary function tests, respirator fit tests, cancer screenings, and cholinesterase determination. A licensed Doctor of Medicine (MD) or Doctor of Osteopathy (DO), Board Certified in Occupational Medicine or Internal Medicine, is required to evaluate results and determine work-relatedness. The program anticipates serving a minimum of 40 and a maximum of 120 participants annually.
Contract Details
- Contract Type: Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Duration: One (1) 12-month base period and four (4) 12-month option periods, totaling up to five years.
- Place of Performance: Contractor's facility within 15 miles of NCAUR, Peoria, IL, with potential for on-site collection at NCAUR.
- Set-Aside: No specific set-aside is designated in the metadata. However, the solicitation documents indicate that various small business provisions and set-asides, including HUBZone and Total Small Business Aside, are potentially applicable.
- Product Service Code: Q301 (Reference Laboratory Testing)
- NAICS Code: 621511 (Medical Laboratories)
Submission & Evaluation
Quotations will be evaluated using a Lowest Price Technically Acceptable (LPTA) methodology, considering Price, Technical Acceptability, and Past Performance. Offerors must submit pricing for all Contract Line Items (CLINs) for all periods to be considered responsive. Key submission requirements include completing Attachment 3 (Schedule and Transmittal Summary), providing summary information, and detailing pricing. Tiered pricing within a CLIN range will not be accepted. Past Performance will be rated as Acceptable, Neutral, or Unacceptable. Inquiries must be submitted via email to the contracting officer up to 48 hours prior to the due date.
Key Documents
- Attachment 1 - Solicitation Terms and Conditions: Outlines FAR/AGAR clauses, instructions, and evaluation criteria.
- Attachment 2 - Wage Determination: Provides minimum wage rates and fringe benefits for Service Contract Act (SCA) covered occupations in specific Illinois counties.
- Attachment 3 - Schedule and Transmittal Summary: Mandatory form for quotation submission, including business details and pricing.
- Attachment 4 - Performance Work Statement (PWS) and Quality Assurance Surveillance Plan (QASP): Details the OMSP services, performance standards, and metrics (100% AQL).
Contact Information
Primary Point of Contact: Christopher Turner (christopher.c.turner@usda.gov)