Fabricate and Install Cooling Tower Platforms
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 seeking proposals for the fabrication and installation of cooling tower platforms at the United States National Poultry Research Center (USNPRC) in Athens, GA. This opportunity is a Total Small Business Set-Aside and is issued as a Request for Quotation (RFQ) under solicitation number 1232SA26Q0544. Quotations are due by May 27, 2026, at 11:30 AM EST.
Scope of Work
The contractor will be responsible for the design, fabrication, and installation of hot-dipped galvanized steel service platforms for six cooling towers. This includes two-level platforms with pivoting jib hoists and ladders for Building 2 towers, and single-level platforms (some with stairs, some with ship ladders) for Building 47 towers. All platforms must include handrails, safety gates, tie-off points, and other required safety equipment, with decks and stairs constructed of ¼” metal bar grate. The work involves demolition, fabrication, installation, coordination, and cleanup, performed in occupied, operational facilities, requiring minimal disruption.
Key Requirements & Deliverables
- Platforms: Hot-dipped galvanized steel service platforms for six cooling towers (2 at Building 2, 4 at Building 47).
- Building 2 Platforms: Two-level, include pivoting jib hoists (500lb minimum rating), and ladders. Supported by 18” round, reinforced concrete piers (min. 4’ deep).
- Building 47 Platforms: Single-level, with two having stairs and two having ship ladders. Supported by 2-1/2” Sch 40 pipe with 3/8” baseplates, anchored to existing slab.
- Safety Features: Handrails, safety gates at stairs, tie points, and other required safety equipment.
- Materials: All platform decks and stairs of ¼” metal bar grate. Hot-dip galvanization after fabrication. Materials must comply with FAR 25.2 (Buy American-Construction Materials).
- Documentation: Site Safety Specific Plan (SSSP)/Accident Prevention Plan (within 14 days of award), shop drawings, O&M manuals for hoists, as-built drawings, and warranty documentation.
- Guarantee: One-year guarantee against faulty material and workmanship from final acceptance.
Contract Details
- Contract Type: Firm Fixed-Price.
- Set-Aside: Total Small Business.
- NAICS Code: 332999 (All Other Miscellaneous Fabricated metal Product Manufacturing) with a 750-employee size standard.
- Product Service Code: Z1JZ (Maintenance Of Miscellaneous Buildings).
- Period of Performance: Not to exceed 180 days from the Notice to Proceed.
- Place of Performance: US National Poultry Research Center, Athens, GA 30605.
Submission & Evaluation
- Proposal Due Date: May 27, 2026, at 11:30 AM EST.
- Submission Method: Electronically to david.reynolds2@usda.gov with the subject line "RFQ 1232SA26Q0544".
- Evaluation Criteria: Lowest Priced Technically Acceptable (LPTA). Technical acceptability requires meeting all solicitation requirements, providing documented experience (at least two recent and relevant contracts within the past five years), and an acceptable past performance rating.
- Mandatory Site Visit: May 12, 2026, at 10:00 AM EST at the project location. Registration is required by May 11, 2026.
- Requests for Information (RFIs): Due no later than May 18, 2026, at 06:30 AM CST.
- Bid Bond: Required for offers of $35,000 or more, not less than 20% of the proposed price, not to exceed $3,000,000.
- Pricing: Offerors must hold prices firm for 90 calendar days.
Special Conditions
- Eligibility: Offerors must be registered in SAM with an active registration at the time of solicitation closing.
- Expertise: Contractor must have extensive knowledge of design and facilities operations in animal agricultural research laboratories, including BSL-2, BSL-3, ABSL-3, and BSL-3Ag facilities.
- Site Protocols: Work must adhere to USDA Biosecurity protocols. Contractor personnel require valid Federal or State ID for site entry and must wear badges.
- Wage Determination: Bidders must comply with General Decision Number GA20260321 (dated 01/23/2026) for prevailing wage rates and fringe benefits for building construction in Clarke, Madison, Oconee, and Oglethorpe Counties, GA.
Contact Information
Primary Point of Contact: David Reynolds, david.reynolds2@usda.gov.