Construction of Necropsy House (Fayetteville, AR)
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 United States Department of Agriculture (USDA), Agricultural Research Service (ARS) is soliciting proposals for the Construction of a Necropsy House at its N Poultry Production & Product Safety Research Center in Fayetteville, AR. This is a Total Small Business Set-Aside opportunity, with an estimated project magnitude between $500,000 and $1,000,000 for surety bond purposes. Quotes are due by April 8, 2026.
Scope of Work
The project involves the construction of a new, fully functional Necropsy Building, approximately 100 feet long by 20 feet wide, as Phase 2 of 4 of the Necropsy/Colony House Complex. Key requirements include:
- A Pre-Engineered Metal Building (PEMB) with a single pitch standing seam metal roof and metal siding.
- Full insulation (R13 walls, R30 ceiling) to Energy Star standards.
- Comprehensive electrical system (200-amp panel, 120V/240V outlets, lightning protection).
- Waterproof LED lighting and external wall packs with motion/daylight sensors.
- HVAC systems including a single pass 500 ACH unit for the necropsy room/shower and a 24,000 BTU split unit.
- Plumbing with floor drains, a trench drain in the necropsy room, water cooler, and a tiled shower.
- Exterior features like a 10'x40' concrete pad and a 20' wide packed gravel parking lot.
- Interior finishes with white FRP panels and tiled shower stalls.
- Contractor is responsible for all permitting and ensuring utilities are fully functional.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (NAICS 236220, size standard $45M)
- Period of Performance: 240 calendar days after Notice to Proceed (NTP).
- Place of Performance: 1471 W. Knapp Street, Fayetteville, AR 72704.
Submission & Evaluation
Quotes must be submitted via email to Spencer Hamilton and include:
- Company letterhead, pricing, and SAM Unique Entity Identifier (UEI).
- Acknowledgement of solicitation amendments (SF-30).
- Active SAM.gov registration and completed electronic annual representations and certifications.
- A Technical Solution demonstrating capability and understanding of the SOW.
- Specialized Experience detailing three similar projects within the last five years.
- Past Performance for three relevant projects within the last five years.
- A detailed Price breakdown (labor and materials). The award will be made to the Lowest Price Technically Acceptable (LPTA) offer, based on evaluation of Technical Solution, Specialized Experience, Past Performance (must be "acceptable" or "neutral"), and Price. The offer acceptance period is 90 calendar days.
Bonding Requirements
- Bid Guarantee: Not required for proposals under $150K. For proposals over $150K, a bid guarantee of not less than 20% of the proposed price (not to exceed $3,000,000) is required.
- Payment Bond (SF 25A): Required for awards over $35,000.
- Performance Bonds (SF 25): Required for awards exceeding $150,000. All required bonds are due no later than 10 days after notification of award.
Key Dates & Contact
- Questions & Answers: Provided via Amendment 0002 (posted March 27, 2026).
- Quote Submission Deadline: April 8, 2026, by 5:00 p.m. Central Time.
- Primary Contact: Spencer Hamilton, spencer.hamilton@usda.gov.