Amendment 1 Irwin Army Community Hospital Fume Hood Testing
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 Department of the Army, MICC-FT Riley, has issued an Amendment 1 to a Combined Synopsis/Solicitation for Fume Hood Testing and Certification Services at Irwin Army Community Hospital and Environmental Services in Fort Riley, Kansas. This is a Firm Fixed Price, Total Small Business Set-Aside requirement for semi-annual inspections. Questions are due by March 24, 2026, and RFQs are due by April 8, 2026.
Scope of Work
This non-personal services requirement involves the semi-annual inspection, testing, and certification of various laboratory and pharmacy equipment. Key services include:
- Certification and documentation of fume hoods, biosafety cabinets (BSCs), compounding isolators, grossing hoods, and clean/compounding rooms.
- Performance of tests such as inflow/downflow velocity measurements, HEPA filter integrity, smoke pattern testing, site installation testing, and alarm calibration.
- Environmental monitoring, including viable air and surface sampling (per USP 797), particle counts, temperature, humidity, and differential pressure testing.
- Identification of microorganisms found during sampling.
- Compliance with standards including USP 797, USP 800, NSF/ANSI 49, OSHA, NIH/CDC, and CETA.
- Provision of viable monitoring supplies and freight for CFU identification.
The contractor must provide all necessary trained/OEM certified personnel, labor, tools, diagnostic equipment, materials, supplies, transportation, and travel.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base Year (May 10, 2026 - May 9, 2027) plus four (4) Option Years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 541380 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) with a $19M size standard, or similar.
- Place of Performance: Irwin Army Community Hospital, Bldg 650 and Environmental Health Bldg 7665, Fort Riley, Kansas.
Submission & Evaluation
- Questions Due: March 24, 2026, 10:00 CDT.
- RFQ Due: April 8, 2026, 10:00 CDT.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Offers will be evaluated based on Price, Technical Capability, Schedule, and Contractor Past Performance. All factors other than Price, when combined, are equally as important as Price.
- Eligibility: Offerors must be registered in SAM.
Special Requirements & Notes
Contractor personnel must be trained/OEM certified, comply with installation access/security/vehicle registration, and complete AT Level I, OPSEC, and iWATCH training. Bidders must adhere to the provided Wage Determination for Kansas (Pottawatomie and Riley counties). Quotes must include Company Name, POC, Phone, and UEI.