Boiler Blowdown Drainpipe Repair, Corpus Christi

SOL #: 12639526Q0031Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Corpus Christi, TX

NAICS

Plumbing (238220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

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

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 23, 2026, 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. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for Boiler Blowdown Drainpipe Repair at the Corpus Christi Classing Office, TX. This is a Total Small Business Set-Aside for construction services. Proposals are due February 23, 2026, at 12 p.m. CT.

Purpose & Scope of Work

The objective is to repair and replace a failed boiler blowdown drainpipe located beneath the concrete floor of the mechanical room at the Corpus Christi Classing Office. This project aims to restore safe, code-compliant drainage and prevent further water intrusion or structural damage. The scope includes:

  • Pre-Work: Site visit, scheduling coordination, utility identification, safety measures.
  • Demolition & Access: Saw-cutting and removing concrete, excavating to access the pipe, protecting adjacent equipment.
  • Drainpipe Removal: Removing the existing pipe and disposing of debris.
  • Installation: Installing a new, high-temperature-suitable drainpipe with proper slope, alignment, secure connections, fittings, supports, and potential thermal protection.
  • Testing: Performing leak and functional flow testing of the new line.
  • Concrete Restoration: Backfilling, compacting, installing vapor barrier (if applicable), pouring, and finishing new concrete to match existing.
  • Cleanup: Removing debris and restoring the mechanical room to a clean, operational condition.

Key Clarifications & Conditions

Responses to vendor questions indicate:

  • Pipe Run Length: 17' to 25'.
  • Pipe Diameter: 4 inches.
  • Existing Pipe Material: Unknown, appears to be PVC.
  • Boiler: Cleaver-Brooks ClearFire model CFH.
  • Concrete Slab Thickness: Unknown in the demolition area.
  • Existing Drawings: None known for boiler installation/blowdown line routing.
  • Pipe Depth: Approximately 44" from floor level to the bottom of the drain. Photos of the boiler, mechanical room, and concrete demolition area have been provided.

Contract Details

  • Type: Combined Synopsis/Solicitation (Request for Quotations) for commercial items.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Product Service Code: Y1JZ (Construction Of Miscellaneous Buildings).
  • Estimated Magnitude: Between $25,000 and $100,000.
  • Performance Period: Work must commence within five calendar days after Notice to Proceed (NTP) and be completed within 120 days of NTP.
  • Payment Bond: Required within 10 days of award.

Submission & Evaluation

  • Quote Due Date: February 23, 2026, at 12 p.m. CT.
  • Questions Due Date: February 16, 2026, at 12 p.m. CT.
  • Submission Email: james.g.roloff@usda.gov.
  • Quote Package: Must include the RFQ page, demonstration of relevant experience, and past performance information.
  • Award Basis: Lowest Price, Technically Acceptable (LPTA).
  • Evaluation Factors: Price (including realism), Technical Capability (relevant experience in boiler piping and concrete repair, and HVAC experience), and Past Performance.

Special Requirements

Contractor must comply with OSHA standards, USDA facility access/security protocols, and use qualified personnel experienced in boiler piping and concrete repair. Federal Construction Wage Rates for Nueces County (Davis-Bacon Act) apply, and bidders must use these rates for labor cost estimation. A site visit attendance list is available, which may be useful for identifying potential partners.

Contact Information

Primary Contact: Jim Roloff Email: james.g.roloff@usda.gov Phone: 612-590-7603

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 13, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
View