Equipment Replacement in Walk-in Freezers
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 seeking proposals for the replacement of refrigeration equipment in two walk-in freezers at its EIDMRU Lab in Marshfield, WI. This Total Small Business Set-Aside opportunity requires contractors to provide and install new, A2L-compatible refrigeration systems to maintain -20°C storage for research samples. Quotations are due by March 20, 2026.
Scope of Work
The project involves the complete overhaul of two walk-in freezers (each 10'L x 9'W x 9'H), including:
- Demolition and disposal of existing R404A refrigeration equipment.
- Installation of new scroll-type condensing units (4.5hp, low temp, A2L compatible).
- Installation of new low-profile electric defrost evaporator coils, solenoid, check, and electronic expansion valves.
- Replacement of control panels with new systems (e.g., IntelliGen Field Mount iFM Kit).
- Installation of new ACR copper refrigeration piping, insulation, and secondary condensate drain lines.
- Provision of new refrigerant (meeting Safe Alternatives requirements) and POE oil.
- Electrical connections, system start-up, leak checks, operational adjustments, and owner training.
- 90-day warranty on materials, equipment, and workmanship. Work must be performed one freezer at a time, Monday-Friday, 7 am - 5 pm.
Contract & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 1232SA26Q0303
- Award Type: Firm-Fixed Price Contract (one award anticipated)
- Set-Aside: Total Small Business
- NAICS: 333415 (1,250 Employees size standard)
- Place of Performance: 2615 Yellowstone Drive, Marshfield, WI 54449
- Site Visit: Scheduled for Monday, March 16, 2026, at 10:00 AM CST. Attendees must RSVP to lynn.hults@usda.gov by 8:30 AM on March 16, 2026.
- Questions Due: March 17, 2026, 4:00 PM Central Time to lynn.hults@usda.gov.
- Quotations Due: March 20, 2026, 4:00 PM Central Time.
- Offer Acceptance Period: 90 calendar days.
Evaluation & Requirements
Proposals will be evaluated on a best value basis, with award made to the highest technically rated offeror, provided price is fair and reasonable, and past performance is acceptable or neutral. Key evaluation factors include:
- Technical Approach: Ability to meet SOW schedule and thorough understanding of requirements.
- Price: Fair and reasonable, with pricing for all line items.
- Past Performance: Acceptable or neutral rating. Contractors must comply with Service Contract Labor Standards, and staff on-site for 5+ days will require security clearance.