This is a combined synopsis/solicitation for commercial services, prepared in accordance with FAR Subpart 12.6 and supplemented by information in this notice. No further written solicitation will be issued. The Government intends to award a single, firm-fixed-price (FFP), non-personal service contract under the authority of FAR Parts 12 and 13. Award will be made following FAR Part 13 procedures.This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) and RFQ reference number HT9407-25-Q-E002.
This request for quote is for the procurement of nonpersonal services in accordance with the attached Performance Work Statement (PWS). The resulting contract will incorporate all applicable provisions and clauses in effect through Federal Acquisition Circular 2025- 05 (effective August 7, 2025).
This procurement is being solicited as a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 5471380 - Testing Laboratories and Services, with a business size standard of $19.0M. The Product/Service Code (PSC) is Q301 - Reference Laboratory Testing.
Period of Performance: September 13, 2025 – September 12, 2030 (Base Year + Four Option Years)
The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items. (SEP 2023) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following, Addendum to FAR 52.212-1, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via Addendum:
Addendum to FAR 52.212-1
Quote Submission and Questions:
Submission: All quotes must be submitted to the Contract Specialist, Regina Flowers, regina.d.flowers.civ@health.mil no later than 2:00 PM EST on 03 September 2025. All quotes shall include, company point of contact, phone number, email address, and unique Entity Identifier (UEI).
All quotes submitted must meet the following requirements to ensure compliance with industry standards:
- CETA Certification: Submit proof of current Certified Environmental Testing Association (CETA) certification.
- USP 797/800 & Best Practices: Your submission must demonstrate a thorough understanding and adherence to current USP 797/800 standards, as well as the implementation of industry best practices for cleanroom testing and certification. Please provide evidence of this knowledge within your submission.
Questions: Vendors may submit questions regarding clarification of solicitation requirements to Regina Flowers by e-mail at regina.d.flowers.civ@health.mil by 29 August 2025 at 2:00PM EST. Any questions received after this date may not be answered. No late quotes will be accepted.
The provision at FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) and the specific evaluation criteria to be included in paragraph (a) of that provision is applicable to this solicitation.
A completed copy of the provision FAR 52.212-3, Offeror Representations and Certifications- Commercial Products and Commercial Services (MAY 2024), along with Alternate I must be included with Offerors quote. If you have completed the annual representations and certifications electronically through the System for Award Management (SAM), then provide a statement as such and it shall be verified.
FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition.
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) applies to this acquisition. Additional FAR clauses marked by an “X” and cited in the clause are applicable to the acquisition.
**PLEASE SEE ATTACHED DOCUMENTS FOR FURTHER INFORMATION AND INSTRUCTIONS**