HVAC upgrade at the USDA ARS PPRL in Logan, UT
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 soliciting proposals for an HVAC upgrade at the Poisonous Plant Research Laboratory (PPRL) in Logan, UT. This opportunity is a Total Small Business Set-Aside with an estimated magnitude of construction between $250,000 and $500,000. Proposals are due by May 21, 2026.
Scope of Work
The project involves the modernization of facilities within Building #59, specifically focusing on the HVAC system, as detailed in the attached drawings and Statement of Work (SOW). The contractor will provide a turn-key solution, encompassing all necessary labor, materials, equipment, supplies, supervision, and transportation. This includes the disposal of replaced materials and strict adherence to federal, state, local codes, and current industry standards. A one-year warranty for workmanship and materials is required.
Contract Details
- Type: Firm Fixed-Price Purchase Order (Combined Synopsis/Solicitation - Request for Quotation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 236220 (Small Business Size Standard: $19.0M)
- Magnitude: Between $250,000 and $500,000
- Period of Performance: 180 calendar days from the Notice to Proceed.
- Place of Performance: USDA ARS Poisonous Plant Research Laboratory, Logan, UT.
Submission & Evaluation
- Proposals Due: May 21, 2026, at 1:00 PM local time (Mountain Time). Offers must remain firm for 90 calendar days.
- Mandatory Site Visit: May 5, 2026, at 11:00 AM Mountain Time. RSVP is required by May 4, 2026.
- Questions Due: May 7, 2026, at 12:00 PM Mountain Time.
- Evaluation: Proposals will be evaluated based on FAR 12.203 criteria, including Technical Capability, Past Performance, and Price. Award will be made to the offeror representing the best value to the Government using a Lowest Price Technically Acceptable (LPTA) approach.
- Eligibility: Offerors must possess an active SAM.gov registration.
Key Requirements & Attachments
- Compliance with Construction Wage Requirements (Davis-Bacon Act) as outlined in Attachment 2 (Wage Determination).
- Detailed technical specifications for HVAC, electrical, civil, and fire suppression systems are provided in Attachment 3 (Specifications CD) and Attachment 4 (Mechanical Requirements).
- Architectural and engineering drawings are available in Attachment 5 (Drawings CD Set).
- Contractors will utilize Form ARS-371 (Construction Progress and Payment Schedule) and Form ARS-372 (Request for Payment Transmittal) for project tracking and payment requests.
- On-site work cannot commence until a Payment Bond or Irrevocable Letter of Credit is received and approved.
Contact Information
- Contracting Officer: Michael Sherlock
- Email: michael.sherlock@usda.gov