Maintenance Services of HVAC Equipment and Components
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 quotations for Maintenance Services of HVAC Equipment and Components at the Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center in Hilo, Hawaii. This is a Total Small Business Set-Aside opportunity. The contract will be a firm-fixed price requirements contract for a base year and four option years, totaling five years. Quotations are due Monday, April 27, 2026, by 3:00 p.m. Central Time.
Scope of Work
This opportunity requires comprehensive maintenance services for HVAC equipment and components at two locations in Hilo, Hawaii: 64 Nowelo St. and 928 Stainback Highway. The contractor will provide all professional services, labor, filters, belts, lubricants, materials, and equipment for the maintenance and repair of specified air conditioning systems. All parts and equipment must be Original Equipment Manufacturer (OEM), and work must adhere to standard industrial HVAC chiller repair and maintenance practices.
Key services include monthly, quarterly, semi-annual, and annual maintenance tasks for a wide range of equipment, including Air Handling Units (AHUs), Fan Coil Units (FCUs), Chillers (Trane 200 Ton, Daikin 120 Ton), Cooling Towers, Control Air Pneumatic Compressors, Ventilating Fans, Chemical Feed Systems, Pumps, Valves, Heat Pumps, Insect Holding Rooms, and Vertical Package A/C Units. Emergency calls require a 4-hour response time. The contractor is responsible for detailed reporting, site cleanup, and proper waste disposal.
Contract Details
- Contract Type: Firm-Fixed Price Requirements Contract
- Period of Performance: One (1) base year (May 1, 2026 – April 30, 2027) and four (4) one-year option periods, for a total duration not exceeding five (5) years.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238220 (Small Business Size Standard: $19.0 Million)
- Product Service Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
Submission & Evaluation
- Submission Deadline: Monday, April 27, 2026, 3:00 p.m. Central Time.
- Submission Method: Electronically via email to monte.jordan@usda.gov.
- Quotation Requirements: Must include a firm-fixed price quotation on company letterhead, detailing item description, unit price, total price for all CLINs, any quantity discounts, and prompt payment discounts. Offerors must also include their SAM Unique Entity Identifier (UEI) Number and a completed/signed Attachment 3 - Price Schedule.
- Evaluation Criteria: Award will be made to the offeror representing the best value to the Government, based on the Lowest Price Technically Acceptable (LPTA) criteria. This includes evaluation of Price (fair and reasonable), Technical Acceptability (sound and compliant approach, understanding of SOW), and Past Performance (references, USDA history, CPARS).
- Offer Acceptance Period: Offerors must hold prices firm for 60 calendar days from the receipt of offers.
Key Dates
- Questions Due: April 20, 2026, 12:00 p.m. Central Time (submit to monte.jordan@usda.gov).
- Quotation Due: April 27, 2026, 3:00 p.m. Central Time.
Contact Information
- Primary Point of Contact: Monte Jordan (monte.jordan@usda.gov).