Annual inspections and tuning of boilers for the USDA, ARS, National Center for Animal Health in Ames, IA

SOL #: 1232SA26Q0165Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

IA

NAICS

Other Building Equipment Contractors (238290)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 5, 2026
2
Last Updated
Mar 16, 2026
3
Submission Deadline
Mar 16, 2026, 7:00 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 USDA, Agricultural Research Service (ARS) is seeking quotations for annual inspections and tuning of boilers at the National Center for Animal Health in Ames, IA. This is an unrestricted requirement for commercial items, issued as a Request for Quotation (RFQ). Quotations are due by March 16, 2026.

Scope of Work

The contractor will provide annual inspection, tuning, and documentation services for six gas-fired boilers (including Burnham Industrial, Murry Iron Works, Cleaver Brooks, and Rentech HRSG2 models) at the USDA/NCAH campus. Services include:

  • Internal and external inspections for structural integrity, components, safety devices, and refractory.
  • Tuning using natural gas and diesel fuel to optimize air-fuel mixture, efficiency, safety, and emissions, verifying performance with a combustion analyzer. (Note: HRSG2 requires inspection only, no tuning).
  • All work must be completed annually between May and September.
  • Strict adherence to safety protocols (Lock Out Tag Out, confined space entry, PPE) is mandatory. Government escorts will be provided for access.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Set-Aside: Unrestricted Requirement (not set-aside for small business concerns)
  • Product Service Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment)
  • NAICS Code: 238290 (Small business size standard: $22 million)
  • Anticipated Contract: Single award, one base year plus four one-year option periods, for a total duration not exceeding five years.

Submission & Evaluation

  • Questions Due: March 11, 2026
  • Quotations Due: March 16, 2026, by 7:00 PM ET.
  • Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on Lowest Price Technically Acceptable (LPTA).
    • Price: Evaluated for fairness and reasonableness, considering the potential exercise of FAR 52.217-8 (Option to Extend Services).
    • Technical Acceptability: Rated "acceptable" or "unacceptable." Offerors must provide a detailed explanation of their ability to perform the services outlined in the Statement of Work. Exceptions to the SOW may result in technical unacceptability.
    • Past Performance: May be evaluated using provided references, past USDA contracts, and CPARS (rated Acceptable, Neutral, or Unacceptable).
  • Offerors must hold prices firm for 90 calendar days.

Key Documents & Requirements

  • Wage Determination: Attachment 3 (WD 2015-4975, Revision No. 27) specifies minimum wage rates and fringe benefits for Story County, IA, under the Service Contract Act. Bidders must factor these into their pricing.
  • Statement of Work: Attachment 2 details the full scope of services.
  • Solicitation Terms and Conditions: Attachment 1 incorporates numerous FAR and AGAR clauses.

Contact Information

People

Points of Contact

Shelley C SteenPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Mar 16, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Mar 12, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026