Chiller #8 Motor Replacement
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 U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), is soliciting quotations for Chiller #8 Motor Replacement in Ames, IA. This is a Total Small Business Set-Aside acquisition, seeking a Firm Fixed-Price contract for the replacement of a specific brand-name chiller motor. Quotations are due by February 6, 2026, at 5:00 PM Central Time.
Scope of Work
This requirement is for the replacement of Chiller #8 Motor. The full technical details and qualification requirements are provided in the attached Statement of Work (SOW). The acquisition includes items for the Statement of Work, LPTA Brand Name Evaluation, and Wage Rates.
Contract Details
- Solicitation Number: 1232SA25Q0115
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 335312 (Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Manufacturing)
- Small Business Size Standard: 1,250 Employees
- Product Service Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
- Place of Performance: Ames, IA, United States
- Award: One award is anticipated.
- Option to Extend Services: The contract may include an option to extend services for 30 calendar days prior to contract expiration (FAR 52.217-8).
Key Requirements
- Brand Name Specificity: Offerors must provide new, exact brand name, make, and model specified: YORK HP 1215, Part # 024-35880-407 manufactured by YORK. Alternate or "equal" products will not be considered.
- Labor Standards: The Service Contract Labor Standards may apply. Bidders must account for minimum wage rates and fringe benefits as outlined in the attached Wage Determination, including a stated rate of $29.32/hour for Heating, Ventilation and Air-Conditioning Mechanic.
- Compliance: Contractors must comply with all applicable Federal anti-discrimination laws and Equal Protection principles, and certify that no programs promoting DEI violate these laws (AGAR 452.222-71).
Evaluation Criteria
Award will be made on a Lowest Priced Technically Acceptable (LPTA) basis.
- Technical Acceptability: Requires providing the specified brand name product with documentation. Only the lowest priced offer will be evaluated for technical capability first.
- Price: Total price will be evaluated for the base period and all option periods. For evaluation purposes, six months of service costs (at the rates of the last option period) will be added to account for the potential FAR 52.217-8 extension. Prices must be proposed for all line items.
- Past Performance: Assessed using provided references, USDA contract history, CPARS, and other federal sources. Ratings will be "Acceptable," "Neutral," or "Unacceptable."
Important Dates
- Site Visit: Tuesday, January 27, 2026, at 9:00 AM CST. RSVP to lynn.hults@usda.gov by Monday, January 26, 2026, by 3:00 PM CST.
- Questions Due: February 6, 2026, by 12:00 PM Central Time to lynn.hults@usda.gov.
- Quotations Due: February 6, 2026, by 5:00 PM Central Time.
- Offer Validity: 90 calendar days from the date specified for receipt of offers.
Additional Notes
This is a combined synopsis/solicitation prepared in accordance with FAR Part 12. The full text of provisions and clauses can be accessed at www.acquisition.gov. The USDA Ombudsman Program offers an alternative dispute resolution process for protests.