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), is seeking proposals for the turnkey repair and replacement of two 150-Ton Daikin Chiller compressors at the Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center (PBARC) in Hilo, Hawaii. This is a Total Small Business Set-Aside. Quotes are due by March 4, 2026, at 5:00 PM ET.
Scope of Work
This requirement involves the complete repair and replacement of two compressors for a 150-Ton Daikin Chiller. The scope is turnkey, encompassing all parts, labor, refrigerant, installation, and programming to ensure the chiller is fully operational. Key tasks include:
- Removal and proper disposal of existing compressors.
- Installation of new, OEM compressors and associated hardware, ensuring correct installation per manufacturer specifications.
- Chiller startup, verification of full operational status, and 24-hour post-startup monitoring with necessary adjustments.
- Work area cleanup, including removal of all project rubbish and old parts.
- Adherence to standard industrial HVAC chiller repair practices, federal, state, and local codes, industry standards (EPA, ASTM, GSA, AASHTO), and health/safety codes.
- Compliance with Unified Facilities Guide Specifications (UFGS) and ARS 242.1M standards.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
- Anticipated Award Type: Firm Fixed Price Contract.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a small business size standard of $12.5M.
- Place of Performance: 64 Nowelo St, Hilo, Hawaii 96720.
- Contract Duration: 30 calendar days from the Notice to Proceed.
- Published Date: February 12, 2026.
- Questions Due: February 26, 2026, by 5:00 p.m. Eastern Time.
- Site Visit: A site visit is scheduled for Tuesday, February 24, 2026, at 09:00 a.m. Hawaii Time. RSVP is required by Monday, February 23, 2026. Contractors must visit the site prior to submitting a bid.
- Quotes Due: March 4, 2026, by 5:00 p.m. Eastern Time.
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to Spencer Hamilton at spencer.hamilton@usda.gov.
- Quote Requirements: Submissions must include company letterhead, pricing, SAM Unique Entity Identifier (UEI), acknowledgement of amendments (SF-30), active SAM.gov registration, and completed electronic representations and certifications at SAM.gov.
- Technical Proposal: Technical quotes must describe company capability, technical/management approach, proposed products, and a project completion plan.
- Past Performance: Three past performance examples within the last five years, similar in scope, dollar value, and complexity, are required. CPARS evaluations may be submitted.
- Evaluation Criteria: Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. Offers with negative past performance may not be considered.
- Quote Validity: Quotes must be held firm for 90 calendar days from the receipt date.
Special Requirements
- The project falls under the DAVIS BACON Wage Act, and bidders must account for prevailing wage rates (Attachment 3).
- A Site-Specific Safety Plan (SSSP) or Accident Prevention Plan (APP) is required 10 days after contract award.
- A one-year warranty for workmanship is required.
- Contractors are responsible for protecting the work area and existing property.
- Submittals of manufacturer's literature/shop drawings are required for review.
- Forms ARS-371 (Construction Progress and Payment Schedule) and ARS-372 (Contractor Request for Payment Transmittal) are relevant for project management and payment processing.