HVAC Chillers
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), specifically the Agricultural Research Service (ARS), is issuing a Combined Synopsis/Solicitation (RFQ) for HVAC Chillers. This opportunity seeks qualified small business concerns to supply and install two 30-ton HVAC chillers for Building 13 at the Poultry Research Unit in Starkville, Mississippi. This acquisition is a Total Small Business Set-Aside. Quotations are due by May 28, 2026, at 3:00 PM CDT.
Scope of Work
The contractor will be responsible for restoring the cooling portion of the HVAC system for Building 13 by demolishing the existing chiller and replacing it with two new 30-ton air-cooled chillers. Key tasks include:
- Supply and installation of two new 30-ton HVAC chillers.
- Demolition of the existing 30-ton Carrier chiller.
- Modification of the concrete equipment pad for new chillers and maintenance access.
- Installation of necessary equipment, controls, electrical, and plumbing to integrate new chillers.
- Programming for lead-lag operation, or single-unit if electrical limitations exist.
- Installation of heat-traced, insulated, and jacketed exterior piping.
- Installation of a Bell & Gossett Series e-90 chilled water pump with VFD.
- Factory-certified startup and unit operation.
- Complete cleanup and off-site disposal of all debris. The project location is the Poultry Research Unit, 606 Spring Street, MS State, Mississippi 39762.
Contract Details
- Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 238220, with a small business size standard of $19.0 million.
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed (NTP), with entire work ready for use no later than 120 calendar days after NTP, including final cleanup.
- Bonds: Bid, Payment, and Performance Bonds are required. A Bid Bond (Standard Form 24) not less than 20% of the proposed price (not to exceed $3,000,000) is mandatory.
- Wage Determination: The applicable Davis-Bacon Act wage determination (MS20260045, effective 01/02/2026) for building construction projects in specified Mississippi counties must be adhered to.
Submission & Evaluation
- Quotations Due: May 28, 2026, at 3:00 PM CDT. Email responses in Adobe PDF format are authorized.
- Offer Acceptance Period: 90 calendar days from the offer receipt date.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Technical Approach will be evaluated as "acceptable" or "unacceptable." Company Experience (up to three contracts from the last three years) and Past Performance will also be assessed.
- Mandatory Requirement: Offerors must provide proof of being a Mississippi licensed contractor.
- Site Visits: Organized site visits are scheduled for May 20, 2026 (9:00 AM CDT) and May 21, 2026 (1:00 PM CDT). Registration is required by emailing josh.dobereiner@usda.gov by May 19, 2026, at 3:00 PM CDT. Attendance is not mandatory but highly recommended.
- Questions: All questions must be submitted in writing to Josh Dobereiner (josh.dobereiner@usda.gov) by May 28, 2026, at 3:00 PM CDT.
Special Requirements
Contractor must coordinate service interruptions, provide their own restroom, ensure site security due to animal research, and submit a Site Safety Specific Plan within 14 days of award. All work must comply with local, state, and national building codes, and necessary permits must be obtained.