Portable Wash Stations

SOL #: 12639526Q0044Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Kansas City, MO

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

Miscellaneous Special Industry Machinery (3695)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 9, 2026
2
Submission Deadline
Apr 10, 2026, 5:00 PM

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's Animal and Plant Health Inspection Service (APHIS), through its MRPBS MINNEAPOLIS MN office, is soliciting Portable Wash Stations via a Combined Synopsis/Solicitation (RFQ 12639526Q0044). This Total Small Business Set-Aside opportunity seeks to acquire portable automatic vehicle wash stations for the U.S. National Veterinary Stockpile (NVS) to support animal disease outbreak responses. Offers are due by April 10, 2026, at 5:00 PM ET.

Scope of Work

The requirement is for fully portable automatic vehicle wash stations capable of cleaning and disinfecting the exterior surfaces of potentially contaminated vehicles, ranging from passenger cars to 53-foot semi-trucks and trailers. Key functionalities include:

  • Comprehensive Cleaning: Must clean tops, undercarriages, tires, wheel wells, and sides, including a disinfection step.
  • Portability & Deployment: Easily transportable via trailer without cranes, capable of immediate shipment, construction, and repackaging, with setup within 2-4 hours.
  • Operational Resilience: Must operate in diverse conditions (-25F to +120F, 5-95% humidity), including rural and unimproved areas, and accommodate oversized farm equipment.
  • Automation & Efficiency: Remotely controllable, designed for continuous operation, with water recycling/conservation features.
  • Power & Chemical Integration: Independent power (e.g., generator) with 120V alternative, on-site water for make-up, and capability to dispense cleaning agents, disinfectants, and antifreeze.
  • Training & Documentation: One-day on-site training upon delivery, covering all operational aspects, along with technical manuals/operator's guides and a video/thumb drive.
  • Warranty: A one-year replacement warranty is required.

Contract Details

  • Contract Type: Firm-Fixed-Price requirements contract.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS: 336320 (Small Business Size Standard: 1000 employees).
  • Estimated Quantities: 10 Portable Wash Stations and 1 Training session.
  • Period of Performance: One (1) one-year base period, with a total contract duration not to exceed one (1) year.
  • Place of Performance: Kansas City, MO 64120 (for administrative purposes; delivery locations will be specified).

Delivery & Timeline

  • Delivery: Within 60 days of award, completed within 180 days. Contractor responsibility for delivery, off-loading, and setup within the continental US.

Submission & Evaluation

  • Questions Due: March 23, 2026, 1:00 PM EST.
  • Offer Due Date: April 10, 2026, 5:00 PM ET. Offers must remain firm for 90 calendar days.
  • Evaluation Method: Lowest Price Technically Acceptable (LPTA). Award will be made to the offeror representing the best value to the Government, based on Price and Technical Acceptability.
    • Price: Quotes must include pricing for all line items for the base period and will be evaluated for fairness and reasonableness. Quantity price discounts and prompt payment discounts should be included.
    • Technical Acceptability: For "brand name or equal" items, offerors must provide descriptive literature demonstrating compliance with salient characteristics, clearly identify the product, include sufficient documentation, and confirm availability for delivery within the specified timeframe. Only the lowest-priced offer will be evaluated for technical acceptability initially.
  • First Article Testing (FAT): Vendors must conduct FAT to verify operational effectiveness, bearing all associated costs.
  • Demonstration: Highly rated offerors may be invited to a formal demonstration at no cost to the government.

Contact Information

For inquiries, contact Linda Washington at linda.w.washington@usda.gov or 301-357-4973.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
Portable Wash Stations | GovScope