Q--Notice intent to Sole Source - WILDLIFE DISEASE

SOL #: 140F0S26Q0003Special Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, OVER SAT G/S
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Testing Laboratories and Services (541380)

PSC

Reference Laboratory Testing (Q301)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Apr 2, 2026
3
Action Date
Dec 23, 2025, 6:00 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. Fish and Wildlife Service (FWS), under the Department of the Interior, is soliciting quotes for Wildlife Disease Research and Support Services. This Combined Synopsis/Solicitation (RFQ) seeks to procure comprehensive laboratory and field services to identify, investigate, and manage diseases impacting wildlife populations. The acquisition is conducted under Full and Open Competition. Quotes are due by April 3, 2026, at 5:00 PM ET.

Scope of Work

The requirement covers a broad range of wildlife disease services, including:

  • Disease Diagnostics: On-demand gross and microscopic pathology, radiography, microbiology, parasitology, and toxicology, including annual bison parasitology and non-routine testing.
  • Field and Laboratory Investigations: Identification and investigation of diseases, collection and processing of biological specimens, and support for FWS Refuges and programs.
  • Expertise: Specialized knowledge in pathology, immunohistochemistry, microbiology, molecular diagnostics, research, training, and diagnostic services for both state and federal agencies.
  • Reporting: Submission of preliminary and final diagnostic case reports, disease project reports, and an annual summary of all activities. The geographic scope includes the 50 United States, District of Columbia, U.S. Territories, and potentially international locations.

Contract & Timeline

  • Contract Type: Firm Fixed Price Commercial Services Contract.
  • Period of Performance: Anticipated to begin September 1, 2026, and extend through August 31, 2031, if all four option years are exercised (one base year + four option years).
  • Set-Aside: Unrestricted / Full and Open Competition.
  • NAICS Code: 541380 (Testing Laboratories) with a size standard of $19 million.
  • Response Due: April 3, 2026, at 5:00 PM ET.
  • Published Date: April 2, 2026.

Evaluation

Award will be made to the responsible offeror whose quote is most advantageous to the Government. Evaluation factors include Technical Capability (including past performance), Small Business Subcontracting Plan, and Price. Technical capability and past performance are significantly more important than cost or price.

Additional Notes

This is a Request for Quote (RFQ); a separate written solicitation will not be issued. A subcontracting plan is required in accordance with FAR Clause 52.219-9 Alternate II, outlining goals for various small business categories. Payment requests will be processed electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).

People

Points of Contact

Sung, RobertPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 2, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
View
Version 2
Sources Sought
Posted: Feb 26, 2026
View
Version 1Viewing
Special Notice
Posted: Dec 12, 2025