Boiler Replacements
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) is soliciting quotations for Boiler Replacements at the San Joaquin Valley Agricultural Sciences Center in Parlier, California. This is a Combined Synopsis/Solicitation (RFQ), solicitation number 1232SA26Q0363, for commercial items. The acquisition is a Total Small Business Set-Aside.
Scope of Work
The contractor will be responsible for purchasing, removing, and installing two new hot water boilers: one in Building 13 and one in Building 70. The work includes ensuring the new boilers are fully operational, removing old units, and disposing of all generated trash and materials. The contractor must provide an installation schedule and adhere to federal, state, and local safety regulations.
Technical Requirements
New boilers must meet minimum specifications including: On/Off, 2-Stage, 4-stage operation; Copper 2-Pass Heat Exchanger; Sealed Combustion Chamber; Mounted & Wired Flow Switch; Uginox Alloy Stainless Burners; Stackable Frame; Field Reversible Headers; Category I and III Venting; Direct Vent (up to 35'); Slide Out Heat Exchanger; Galvalume Metal Jacket; Indoor/Outdoor installation; and Low NOx emissions. Input should be MPH 400 / kW 117, and Boiler Output MBH 400 / kW 99. Clarifications from RFIs indicate existing boilers provide hot water for greenhouses, piping is steel, and new boilers only need to meet current needs, not necessarily 400,000 BTU. Accessories, trim, and pumps are not included in the replacement scope. No pre/post TAB or water tests are required.
Contract Details
- Type: Request for Quotation (RFQ), Firm Fixed-Price Purchase Order anticipated.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 238220 (Commercial and Institutional Building Construction), with a $19.0 million small business size standard.
- Product Service Code: Z2DB (Repair Or Alteration Of Laboratories And Clinics).
- Period of Performance: May 18, 2026 – September 30, 2026. Work must commence within 10 calendar days of notice to proceed.
Submission & Evaluation
Quotations will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, considering Price, Technical Acceptability, and Past Performance. Technical Acceptability will be rated "acceptable" or "unacceptable." Offerors must hold prices firm for 90 calendar days. Email responses in Adobe PDF format are authorized.
Key Dates & Contact
- Proposal Due Date: April 24, 2026, 4:00 PM PDT.
- Contracting Officer: Joshua J. Dobereiner (josh.dobereiner@usda.gov, 309-403-3556).
- Past Dates: Site visit RSVP was March 31, 2026. Organized site visits were held April 1 and April 2, 2026. Questions were due April 13, 2026.
Additional Notes
Amendment 01, posted April 17, 2026, provided site visit sign-in sheets and responses to RFIs. All other terms and conditions remain unchanged. Acknowledgment of Amendment 01 is required with proposal submission. A Wage Determination (CA20260018) is included, outlining prevailing wage rates for various construction trades in California, which bidders must comply with.