HHS awards $18.6M task order for biosafety cabinet and fume hood maintenance to IHRC, Inc
Contract Overview
Contract Amount: $18,649 ($18.6K)
Contractor: Ihrc, Incorporated
Awarding Agency: Department of Health and Human Services
Start Date: 2025-06-17
End Date: 2026-04-30
Contract Duration: 317 days
Daily Burn Rate: $59/day
Competition Type: FULL AND OPEN COMPETITION
Pricing Type: LABOR HOURS
Sector: Other
Official Description: TASK ORDER (TO) TO OBTAIN SUPPORT SERVICES TO MAINTAIN AND MANAGE PRIMARY BARRIER EQUIPMENT TO INCLUDE PERFORMING ANNUAL CERTIFICATIONS ON PRIMARY BARRIER EQUIPMENT, INCLUDING BIOSAFETY CABINETS (BSCS) AND CHEMICAL FUME HOODS (CFHS).
Place of Performance
Location: SILVER SPRING, MONTGOMERY County, MARYLAND, 20993
State: Maryland Government Spending
Plain-Language Summary
Department of Health and Human Services obligated $18,648.94 to IHRC, INCORPORATED for work described as: TASK ORDER (TO) TO OBTAIN SUPPORT SERVICES TO MAINTAIN AND MANAGE PRIMARY BARRIER EQUIPMENT TO INCLUDE PERFORMING ANNUAL CERTIFICATIONS ON PRIMARY BARRIER EQUIPMENT, INCLUDING BIOSAFETY CABINETS (BSCS) AND CHEMICAL FUME HOODS (CFHS). Key points: 1. Contract focuses on essential safety equipment maintenance, ensuring operational integrity of critical laboratory facilities. 2. Value-for-money assessment pending detailed cost breakdown and comparison to industry benchmarks. 3. Competition dynamics indicate a full and open process, suggesting potential for competitive pricing. 4. Risk indicators are low, given the routine nature of maintenance services. 5. Performance context involves ensuring compliance with safety standards for laboratory equipment. 6. Sector positioning is within scientific and technical services supporting public health infrastructure.
Value Assessment
Rating: fair
The total award amount of $18.6 million for a period of approximately 10 months appears substantial for routine maintenance. A detailed breakdown of labor hours and rates is needed to benchmark against similar contracts for biosafety cabinet and fume hood certifications. Without this granular data, assessing the precise value-for-money is challenging, though the services are critical for laboratory safety.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This task order was awarded under full and open competition, suggesting that multiple vendors had the opportunity to bid. The specific number of bidders is not provided, but this procurement method generally fosters price discovery and encourages competitive offers. The agency's decision to use full and open competition implies confidence in the market's ability to provide qualified contractors at reasonable prices.
Taxpayer Impact: A full and open competition process is generally favorable for taxpayers as it is designed to yield the best value through market forces, potentially leading to lower costs compared to less competitive methods.
Public Impact
The Food and Drug Administration (FDA) benefits from this contract through the ensured functionality and safety of its laboratory equipment. Services delivered include annual certifications and maintenance for primary barrier equipment such as Biosafety Cabinets (BSCs) and Chemical Fume Hoods (CFHs). The geographic impact is concentrated in Maryland, where the FDA facilities requiring these services are located. Workforce implications include the need for specialized technicians to perform these critical safety certifications.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if labor rates are not carefully managed.
- Dependence on a single contractor for critical safety equipment maintenance could pose a risk if performance issues arise.
Positive Signals
- Contract ensures continued operation of essential laboratory safety equipment.
- Full and open competition suggests a robust market response and potential for competitive pricing.
- Clear scope of work for routine, critical maintenance services.
Sector Analysis
This contract falls within the Professional, Scientific, and Technical Services sector, specifically supporting laboratory operations and safety compliance. The market for specialized equipment maintenance and certification is competitive, with numerous firms offering these services. Comparable spending benchmarks would typically involve analyzing other government or private sector contracts for similar laboratory safety equipment maintenance, considering factors like equipment type, volume, and certification frequency.
Small Business Impact
The contract was awarded under full and open competition and does not indicate a small business set-aside. There is no explicit information provided regarding subcontracting plans for small businesses. Therefore, the direct impact on the small business ecosystem is not immediately clear, though large prime contractors may utilize small businesses for specialized support.
Oversight & Accountability
Oversight for this task order would typically reside with the contracting officer and the FDA's program officials responsible for laboratory operations. Accountability measures are embedded in the contract terms, requiring adherence to certification standards and performance schedules. Transparency is facilitated through contract award databases, though detailed performance metrics and cost breakdowns may not be publicly available.
Related Government Programs
- Laboratory Equipment Maintenance Services
- Biosafety Cabinet Certifications
- Chemical Fume Hood Certifications
- Scientific Support Services
- Federal Laboratory Safety and Compliance
Risk Flags
- Potential for cost creep if labor rates are not closely monitored.
- Dependence on contractor performance for critical safety compliance.
- Short performance period may necessitate rapid follow-on procurement.
Tags
scientific-and-technical-services, department-of-health-and-human-services, food-and-drug-administration, maryland, delivery-order, full-and-open-competition, maintenance-services, laboratory-equipment, biosafety-cabinets, chemical-fume-hoods, professional-services, ihrc-incorporated
Frequently Asked Questions
What is this federal contract paying for?
Department of Health and Human Services awarded $18,648.94 to IHRC, INCORPORATED. TASK ORDER (TO) TO OBTAIN SUPPORT SERVICES TO MAINTAIN AND MANAGE PRIMARY BARRIER EQUIPMENT TO INCLUDE PERFORMING ANNUAL CERTIFICATIONS ON PRIMARY BARRIER EQUIPMENT, INCLUDING BIOSAFETY CABINETS (BSCS) AND CHEMICAL FUME HOODS (CFHS).
Who is the contractor on this award?
The obligated recipient is IHRC, INCORPORATED.
Which agency awarded this contract?
Awarding agency: Department of Health and Human Services (Food and Drug Administration).
What is the total obligated amount?
The obligated amount is $18,648.94.
What is the period of performance?
Start: 2025-06-17. End: 2026-04-30.
What is the historical spending pattern for similar laboratory equipment maintenance services at the FDA?
Analyzing historical spending for similar services at the FDA requires access to past contract data. Typically, agencies like the FDA procure maintenance and certification for critical laboratory equipment through a mix of contract types, including task orders under larger indefinite-delivery/indefinite-quantity (IDIQ) vehicles or direct awards. Spending patterns can fluctuate based on equipment lifecycle, upgrades, and changes in regulatory requirements. Without specific historical data for BSC and CFH maintenance, it's difficult to provide precise figures, but agencies often allocate significant budgets to ensure the safety and operational readiness of their research and testing facilities. Trends might show increased spending following new safety regulations or significant investments in laboratory infrastructure.
How does the per-unit cost of certification for Biosafety Cabinets (BSCs) and Chemical Fume Hoods (CFHs) under this contract compare to industry benchmarks?
To compare the per-unit cost of certification, we would need the total number of BSCs and CFHs to be serviced and the total cost allocated to each type of equipment. Industry benchmarks for BSC certifications can range from $200 to $500 per unit, depending on the type of certification (e.g., NSF 49, HEPA filter integrity testing, airflow verification) and geographic location. Similarly, CFH certifications might range from $150 to $400 per unit, covering face velocity measurements and other safety checks. The $18.6 million award over approximately 10 months suggests a substantial volume of work. A detailed cost breakdown from IHRC, Inc. would be necessary to isolate per-unit costs and perform a meaningful comparison against these general industry ranges.
What is IHRC, Inc.'s track record in providing similar technical support and maintenance services to federal agencies?
IHRC, Inc. has a significant track record of providing scientific, technical, and administrative support services to various federal agencies, including the Department of Health and Human Services (HHS) and its components like the Food and Drug Administration (FDA). Their contract history often includes work related to laboratory support, research assistance, and program management. Reviews of their past performance on similar contracts would be crucial to assess their reliability, quality of service, and ability to meet stringent safety and certification requirements. Information on past performance, including any awards or disputes, can often be found in federal procurement databases and agency performance evaluations.
What are the potential risks associated with the duration and scope of this task order?
The primary risks associated with this task order relate to its duration and the critical nature of the services. The period of performance is approximately 10 months, which is relatively short for a comprehensive maintenance contract, potentially leading to continuity challenges if follow-on work is not secured promptly. A key risk is the potential for service disruptions if the contractor, IHRC, Inc., experiences performance issues, staffing shortages, or financial instability, which could impact the operational safety and compliance of FDA laboratories. Furthermore, the reliance on a single award for such essential services means that any failure in performance could have significant consequences for research continuity and regulatory oversight.
How does the chosen contract vehicle (Delivery Order under an existing IDIQ or similar) influence the overall cost-effectiveness and competition for these services?
The data indicates this is a 'Delivery Order' (awarded as 'AW') which implies it was likely issued under an existing Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a similar multiple-award framework. The specific IDIQ vehicle under which this task order was placed is not detailed in the provided data. However, the fact that it was a 'FULL AND OPEN COMPETITION' for this specific task order suggests that even if it's under a multiple-award IDIQ, the competition for this particular piece of work was open to all eligible bidders. This approach generally enhances cost-effectiveness by leveraging market competition for each task order, rather than relying on a single, potentially less competitive, pre-negotiated rate for the entire IDIQ period. It allows the agency to solicit best-value proposals for specific needs.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Other Professional, Scientific, and Technical Services › All Other Professional, Scientific, and Technical Services
Product/Service Code: SUPPORT SVCS (PROF, ADMIN, MGMT) › PROFESSIONAL SERVICES
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: LABOR HOURS (Z)
Evaluated Preference: NONE
Contractor Details
Address: 2 RAVINIA DR STE 1200, ATLANTA, GA, 30346
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Minority Owned Business, Not Designated a Small Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, Indian (Subcontinent) American Owned Business, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $36,338
Exercised Options: $36,338
Current Obligation: $18,649
Actual Outlays: $15,346
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 75F40120D00043
IDV Type: IDC
Timeline
Start Date: 2025-06-17
Current End Date: 2026-04-30
Potential End Date: 2026-12-30 00:00:00
Last Modified: 2026-04-07
More Contracts from Ihrc, Incorporated
- NEW Task Order Under Idiq Contract 75F40120D00043 Entitled, "office Laboratory Safety Workstream Support — $2.7M (Department of Health and Human Services)
Other Department of Health and Human Services Contracts
- Contact Center Operations (CCO) — $5.5B (Maximus Federal Services, Inc.)
- TAS::75 0849::TAS Oper of Govt R&D Goco Facilities — $4.8B (Leidos Biomedical Research Inc)
- THE Purpose of This Contract IS to Provide the Full Complement of Services Necessary to Care for UC in ORR Custody Including Facilities Set-Up, Maintenance, and Support Internal and Perimeter (IF Applicable) Security, Direct Care and Supervision Inc — $3.5B (Rapid Deployment Inc)
- Contact Center Operations — $2.6B (Maximus Federal Services, Inc.)
- Federal Contract — $2.4B (Leidos Biomedical Research Inc)
View all Department of Health and Human Services contracts →