HVAC Maintenance for Six USDA LMR System Shelter Sites in South Texas
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), Animal and Plant Health Inspection Service (APHS), Cattle Fever Tick Eradication Program, is soliciting proposals for HVAC Maintenance Services for six Land Mobile Radio (LMR) system shelter sites in South Texas. This Total Small Business Set-Aside requires an annual service contract with a licensed and authorized BARD HVAC service representative. The services are critical for maintaining operating temperatures for radio repeater equipment in remote, environmentally challenging locations. Quotes are due by March 13, 2026, at 3:00 PM ET.
Scope of Work
The contractor will provide semi-annual service inspections and maintenance for six BARD 1.0-ton air conditioner units (Model W12AAAA05XPXXXJ). This includes:
- Annual cooling inspections in Spring.
- Mid-season maintenance inspections in Fall.
- 24-hour emergency service and repairs with a 24-hour response time.
- Provision of replacement parts and materials (to be paid by government purchase card).
- Submission of written reports after each inspection or emergency call. The six shelter sites are located in South Texas, including San Pedro, Posito Hondo, Blue Town, Havana Vat, La Joya Farms, and Quemado VAT, spanning counties like Cameron, Webb, Hidalgo, and Maverick.
Contract Details
- Contract Type: Hybrid Firm-Fixed Price (for inspections/reports) and Time-and-Materials (for emergency repairs).
- Period of Performance: One 12-month base period (April 1, 2026 - March 31, 2027) and two 12-month option years.
- Set-Aside: Total Small Business.
- NAICS Code: 238990 (All Other Specialty Trade Contractors) with a $19 million size standard.
- Place of Performance: South Texas border area, including Brownsville, San Benito, and La Joya.
Submission & Evaluation
- Quotes Due: March 13, 2026, 3:00 PM ET.
- Questions Due: March 11, 2026, 12:00 PM ET, via email to Julia.Lackey@usda.gov.
- Submission Method: Electronically via email to Julia.Lackey@usda.gov.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Factors include ability to comply with schedule, satisfactory performance/integrity/safety/environmental record, references, and necessary facilities, equipment, personnel, and technical skills. Price realism analysis will be conducted.
- Wage Determinations: Bidders must account for minimum wage rates and fringe benefits as per the Service Contract Act Wage Determinations for Cameron, Webb, Hidalgo, and Maverick Counties, Texas.
Contact Information
- Primary Contact: Julia Lackey, Julia.Lackey@usda.gov, 202-619-8577.