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 and Replacement at the Corpus Christi Cotton Classing Office in Corpus Christi, TX. This is a Total Small Business Set-Aside. Quotes are due by February 23, 2026, at 12 p.m. CT.

Purpose

The objective is to repair and replace a failed boiler blowdown drainpipe located beneath the concrete floor of the facility's mechanical room. This project aims to restore safe, code-compliant drainage and prevent further water intrusion or structural damage.

Scope of Work

The contractor shall provide all labor, materials, equipment, and supervision for the following tasks:

  • Pre-Work: Site visit, scheduling coordination, utility identification, and safety measures.
  • Demolition & Access: Saw-cutting and removal of concrete, excavation to access the pipe, and protection of adjacent equipment.
  • Drainpipe Removal: Removal and proper disposal of the existing damaged drainpipe.
  • Installation: Installation of a new, high-temperature-suitable drainpipe (e.g., Schedule 80 steel or copper) with proper slope, alignment, secure connections, fittings, supports, and potential thermal protection. The pipe diameter is 4 inches, with an estimated run length of 17-25 feet, and is approximately 44 inches deep from the floor.
  • Testing: Performing leak and functional flow testing of the new drain line.
  • Concrete Restoration: Backfilling, compacting, installing a vapor barrier (if applicable), pouring, and finishing new concrete to match existing conditions. The contractor is responsible for testing the concrete backfill and supplying a report to USDA.
  • Cleanup: Removal of debris and restoration of the mechanical room to a clean, operational condition.

Clarifications: The intention is to repair the drain line; full replacement will only be considered if necessary and negotiated as a modification. One superintendent can fulfill supervision, safety, and QAQC roles if not a working superintendent. Contract-specific QA/QC and Safety Plans are required but not with the initial quote. A video recording of the line scope is available on SAM.gov, but bidders may need to run their own camera. The cast-iron floor drain only needs replacement if damaged and unusable.

Contract Details

  • Type: Combined Synopsis/Solicitation (Request for Quotations - RFQ)
  • 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
  • Period of Performance: Work must commence within five calendar days after the Notice to Proceed and be completed within 120 days. Work is generally during normal business hours, with coordination to minimize boiler system downtime.
  • Payment Bond: Required within 10 days of award.
  • Wage Rates: Compliance with Federal Construction Wage Rates for Nueces County (Attachment 2) is mandatory.

Submission & Evaluation

  • Quotes Due: February 23, 2026, at 12 p.m. CT.
  • Submission To: james.g.roloff@usda.gov
  • Quote Package: Must include the RFQ page, a demonstration of relevant experience, and past performance information.
  • Evaluation: Award will be made on a Lowest Price, Technically Acceptable (LPTA) basis. Evaluation factors include Price (including realism), Technical Capability (relevant HVAC experience), and Past Performance.
  • Questions Due: February 16, 2026, at 12 p.m. CT.

Deliverables

Completed and tested drainpipe installation, restored concrete floor, as-built documentation (pipe routing, materials), warranty information, and a concrete backfill test report.

Place of Performance & Contact

  • Location: Corpus Christi Classing Office, Corpus Christi, TX 78410, United States.
  • Contact: Jim Roloff, james.g.roloff@usda.gov, 612-590-7603.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

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