MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
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. Fish and Wildlife Service (FWS), under the Department of the Interior, has made an award for HVAC Monitoring Services at the Mingo National Wildlife Refuge in Missouri. This opportunity, originally a Total Small Business Set-Aside, sought a 5-year Blanket Purchase Agreement (BPA) for specialized HVAC system support. The solicitation is now closed, and no further bids are being accepted. This award notice was published on February 4, 2026. The original solicitation's response date was January 5, 2025.
Original Solicitation Scope of Work
The original Request for Quotation (RFQ) sought services for monitoring, troubleshooting, repair, and software support for the Building Automation System (BAS) at the Mingo NWR Visitor Center and Offices. This included remote and on-site diagnostics, system optimization, and support for a complex HVAC system comprising 19 heat pumps, energy recovery units, dehumidifying units, and geothermal lines. Services were to include identifying failed components, providing repair estimates, and offering recommendations for system improvements.
Original Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: 5 years, from January 12, 2026, to January 11, 2031.
- Minimum BPA Call Amount: $15.00.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: J045 (Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment).
Key Requirements & Eligibility
Offerors were required to be Authorized Installing Contractors and suppliers for KMC Controls, with authorization to operate in central/eastern Missouri and select southern Illinois counties. This requirement was based on a brand-name justification due to the proprietary nature of the existing KMC BACnet Building Automation System. The place of performance included both Chesterfield, MO, and the Mingo NWR in Puxico, MO.
Original Submission & Evaluation
Quotes were originally due by January 5, 2025, at 2:00 PM Eastern Time, submitted via email as a single PDF file to Dana Arnold. Evaluation factors included technical approach, technical experience, past performance (using a provided form for similar projects), lead time for response (normal, high, and emergency), and price. Non-price factors were considered in combination and compared to price.
Additional Notes
The solicitation included a Service Contract Act (SCA) Wage Determination for Missouri, outlining minimum wage and fringe benefit rates for various occupations, which bidders were required to comply with. Technical coordinators for the project were Ben Mense (ben_mense@fws.gov) and Corey Kudrna (corey_kudrna@fws.gov). The primary contact for the solicitation was Dana Arnold (dana_arnold@fws.gov).