Amendment 2-Annual inspections and tuning of boilers for the USDA, ARS, National Center for Animal Health in Ames, IA
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 USDA, Agricultural Research Service (ARS), National Center for Animal Health (NCAH) in Ames, IA, has issued a Combined Synopsis/Solicitation for annual inspection and tuning services for gas-fired boilers. This opportunity is a Total Small Business Set-Aside. Offers are due by March 20, 2026.
Scope of Work
The contractor will provide yearly inspection and tuning services for gas-fired boilers at the USDA/NCAH campus in Ames, IA. This includes:
- Internal and external inspections of five specified boilers and one Heat Recovery Steam Generator (HRSG). The HRSG requires inspection only, not tuning.
- Tuning of four specified boilers using natural gas and diesel fuel, optimizing air-fuel mixture for efficiency, safety, and emissions.
- All services must be completed annually between May and September.
- Key Requirement: The contractor must be NBIC certified. Adherence to the National Board Inspection Code (NBIC), Lock Out Tag Out (LOTO), confined space entry procedures, and use of Personal Protective Equipment (PPE) are mandatory.
- Performance standards include recording combustion data, verifying instrumentation calibration, and testing safety devices according to the VHA Boiler Plant Safety Devices Testing Manual.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Amendment 2)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Duration: One base year plus four option years.
- Place of Performance: USDA/NCAH campus, Building 154, Ames, IA 50010.
- Product Service Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment).
- Wage Determination: U.S. Department of Labor Wage Determination No. 2015-4975 (Revision No. 27) for Iowa County of Story applies, outlining minimum wage rates and fringe benefits.
Submission & Evaluation
- Questions Due: March 11, 2026.
- Offers Due: March 20, 2026, 7:00 PM UTC.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach.
- 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" based on meeting all SOW requirements and providing a detailed explanation of ability to perform services (SOW Section 3.0). Exceptions may lead to disqualification.
- Past Performance: May be evaluated using provided references, past USDA contracts, and CPARS.
- Important: Only the lowest priced offer will be evaluated for Technical Acceptability and Past Performance. Offerors must hold prices firm for 90 calendar days.
Additional Notes
This solicitation incorporates numerous FAR and AGAR clauses. Offerors must acknowledge receipt of Amendment 0001, which officially adds the NBIC certification requirement to the Statement of Work.