Purchase and Replacement of Fueling Equipment (Brand Name OPW System or Equal)
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, is soliciting quotations for the purchase and replacement of fueling equipment at its facility in Clay Center, NE. This acquisition is for an upgraded fueling system (Brand Name OPW System or Equal) and is issued as a Request for Quotation (RFQ). This is a Total Small Business Set-Aside. Quotations are due by April 10, 2026, at 0800 hrs CDT.
Scope of Work
This opportunity involves the replacement and upgrade of an existing fueling system. Key requirements include:
- Replacement of two existing fueling pedestals, including removal and disposal of old equipment.
- Installation of a new Fuel Site Controller (brand name OPW FSC 3000 or equal) compatible with existing Gasboy fuel pumps and MiFARE Tags.
- Installation of two Island Card Readers (brand name OPW PV200 or equal) with 48-inch pedestals, proximity readers, and alpha-numeric keypads for direct pump control.
- Implementation of wired communication from the Fuel Site Controller to the local area network.
- Installation of application software (Phoenix SQL Lite or equal) on a local computer for managing the fuel system.
- Transfer of existing historical data from the current database to the new database.
- Testing of replaced equipment to ensure operational status and absence of errors.
- The system must be stand-alone with no annual fees or cloud-based dependencies.
- The work includes parts, labor, travel, delivery, freight, and applicable taxes.
Contract & Timeline
- Contract Type: Firm-fixed price purchase order.
- Period of Performance: April 13, 2026, to July 10, 2026 (Delivery within 90 days after award).
- Set-Aside: Total Small Business Set-Aside (NAICS 237120, Size Standard $45.0 Million).
- Quotations Due: April 10, 2026, at 0800 hrs CDT.
- Questions Due: April 06, 2026, at 12:00 CT via email to shane.pope@usda.gov.
- Published Date: March 25, 2026.
Evaluation
Award will be made to the offeror representing the best value to the Government, not necessarily the lowest-priced offeror. Evaluation criteria include:
- Technical Approach: Ability to provide a sound and compliant approach, meet schedule requirements, and address limitations.
- Price: Must be fair and reasonable; pricing for all line items is required.
- Past Performance: Will be evaluated as acceptable or neutral.
Additional Notes
- A mandatory site visit is scheduled for April 02, 2026, at 10:00 AM CDT at the facility location. Coordination must be made with Lynn Gloekler (lynn.gloekler@usda.gov, 402-762-4132) no later than April 01, 2026, at 15:00 hrs PM CDT.
- Offerors must provide pricing for all items to be considered responsive.
- A Wage Determination (SCA WD 2015-5357 Rev 2) is included, outlining minimum wage rates and fringe benefits for labor.
- Primary Contact: Shane Pope, shane.pope@usda.gov, 970-851-3735.