REPAIR AND REPLACEMENT OF 150-Ton CHILLER COMPRESSORS (Hilo, HI)
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 United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center (PBARC) in Hilo, Hawaii, is soliciting quotes for the turnkey repair and replacement of two 150-Ton Daikin Chiller compressors. This is a Total Small Business Set-Aside opportunity. Quotes are due by March 4, 2026, at 12:00 PM ET.
Purpose & Scope
The requirement is for the complete repair and replacement of two compressors for a 150-Ton Daikin Chiller. The scope includes all necessary parts, labor, refrigerant, installation, and programming to ensure the chiller is fully operational. The contractor will be responsible for removing and disposing of existing compressors, installing new Original Equipment Manufacturer (OEM) compressors and associated hardware, performing chiller startup, and monitoring the system for 24 hours post-startup. All work must adhere to standard industrial HVAC chiller repair practices, applicable federal, state, and local codes, and industry standards.
Contract Details
- Type: Request for Quotation (RFQ), anticipated Firm Fixed Price Contract.
- Award: The government intends to make one award.
- 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) with a size standard of $12.5 million.
- PSC: J043 (Maintenance, Repair And Rebuilding Of Equipment: Pumps And Compressors).
- Period of Performance: 30 calendar days from the Notice to Proceed.
- Wage Requirements: The project falls under the DAVIS BACON Wage Act (refer to Attachment 3 for prevailing wage rates).
- Warranty: A one-year workmanship warranty is required.
Submission Requirements
Quotes must be submitted via email to Spencer Hamilton at spencer.hamilton@usda.gov. Submissions must include:
- Company letterhead, pricing, and SAM Unique Entity Identifier (UEI).
- Acknowledgment of any amendments (SF-30).
- Proof of active SAM.gov registration and completed electronic representations and certifications.
- A technical quote detailing company capability, technical/management approach, proposed products, and project completion plan.
- Three past performance examples within the last five years, similar in scope, dollar value, and complexity. CPARS evaluations may be submitted.
- Pricing for the Base Item.
- Quotes must remain firm for 90 calendar days.
Evaluation Criteria
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Offers with negative past performance may not be considered.
Key Dates & Information
- Quotes Due: March 4, 2026, 12:00 PM ET.
- Questions Due: February 26, 2026, 5:00 PM ET (submit to spencer.hamilton@usda.gov).
- Site Visit: A site visit was held on February 24, 2026. Contractors are required to visit the site prior to submitting a bid.
- A Site-Specific Safety Plan (SSSP) or Accident Prevention Plan (APP) is required 10 days after contract award.
- Forms ARS-371 (Construction Progress and Payment Schedule) and ARS-372 (Contractor Request for Payment Transmittal) are relevant for project management and payment processing.
Contact Information
Primary Point of Contact: Spencer Hamilton (spencer.hamilton@usda.gov).