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 quotes for the Construction of a Necropsy House in Fayetteville, AR. This is a Combined Synopsis/Solicitation (RFQ 1232SA26Q0249) issued as a Total Small Business Set-Aside. The project involves building Phase 2 of the Necropsy/Colony House Complex. Quotes are due by April 8, 2026.
Scope of Work
The requirement is for the construction of a new Necropsy Building, approximately 100 feet long by 20 feet wide, at the N Poultry Production & Product Safety Research Center. Key specifications include a single pitch standing seam metal roof, metal siding, full insulation (R13 walls, R30 ceiling), lightning protection, 200-amp electrical panel, specific lighting (5000K-6200K waterproof LED), single-pass HVAC for the necropsy room (500 ACH), floor drains, and a fully enclosed tiled shower. Exterior work includes a 10'x40' concrete pad and a 20' wide packed gravel parking lot. Construction activities must not impact existing research in Colony Houses.
Contract Details
This will be a Firm Fixed Price contract with a period of performance of 240 calendar days after the Notice to Proceed. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $45M. Bonding requirements include a bid guarantee for proposals over $150K (20%, max $3M), a Payment Bond (SF 25A) for awards over $35K, and Performance Bonds (SF 25) for awards exceeding $150K, all due within 10 days of award notification.
Submission Requirements
Quotes must be submitted via email to Spencer Hamilton and include:
- Company letterhead, pricing, and SAM Unique Entity Identifier (UEI).
- Acknowledgement of all solicitation amendments (SF-30).
- Proof of active SAM.gov registration and completed electronic annual representations and certifications.
- A Technical Solution demonstrating capability and understanding of the Statement of Work.
- Specialized Experience detailing three similar projects within the last five years.
- Past Performance for three relevant projects within the last five years (must be "acceptable" or "neutral").
- A detailed Price breakdown (labor and materials).
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors, in order of importance, are: Technical Solution, Specialized Experience, Past Performance, and Price.
Key Dates & Contact
- Site Visit: March 24, 2026, 10:00 AM CT (RSVP required by March 23, 2026).
- Questions Due: March 26, 2026, 5:00 PM CT.
- Quote Submission Due: April 8, 2026, 6:00 PM CT (22:00:00Z).
- Primary Contact: Spencer Hamilton (spencer.hamilton@usda.gov).