Multi-stack service contract
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 seeking quotations for a Multi-stack service contract for the maintenance of Multistack Chillers, Humidifiers, and Backflow Preventers at its Manhattan, KS facility. This is a Total Small Business Set-Aside. Quotations are due February 27, 2026, 8:00 AM Central Time.
Scope of Work
The contractor will provide annual preventive maintenance services for Multistack Chillers, steam humidifiers, and backflow preventers at the USDA ARS Center for Grain and Animal Health Research (CGAHR) located at 1515 College Ave, Manhattan, KS. Specific services include:
- Annual preventive maintenance for four (4) free cool modules and four (4) mechanical modules of Multistack Chillers.
- Annual preventive maintenance for twenty-three (23) Condair/Nortec steam humidifiers.
- Annual testing and cleaning service of backflow preventers. The contractor is responsible for providing all necessary labor, tools, and materials. Contractor personnel must be trained, qualified, and comply with facility access and site safety policies. Maintenance logs, test records, and backflow inspection documentation must be provided and filed with the City of Manhattan, Kansas.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Size Standard: $12.5 million
- Period of Performance: A base year (March 2, 2026 – March 1, 2027) with four (4) one-year option periods, for a total contract duration not exceeding five (5) years (through March 1, 2031).
- Quotations Due: February 27, 2026, 8:00 AM Central Time
- Questions Due: February 26, 2026, 8:00 AM Central Time
- Published Date: January 5, 2026
Evaluation Criteria
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Offerors must demonstrate a sound and compliant technical approach that meets all requirements. Past performance may be evaluated using CPARS, government sources, or provided references. Pricing must be submitted for the base period and all option periods; failure to do so may result in disqualification. Offers must remain firm for 90 calendar days from the receipt date.
Additional Notes
- Attachments: The solicitation includes a Statement of Work (Attachment 2), Wage Determinations (Attachment 3), and a Price Schedule (Attachment 4).
- Wage Determinations: Bidders must adhere to the