Well Repairs

SOL #: 1232SA26Q0195Combined Synopsis/Solicitation

Overview

Buyer

Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States

Place of Performance

Clay Center, NE

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

Repair Or Alteration Of Water Supply Facilities (Z2NE)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Mar 13, 2026
3
Submission Deadline
Mar 17, 2026, 7:00 PM

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 USDA Agricultural Research Service is soliciting offers for Well Repairs (specifically Well 33C) at the U.S. Meat Animal Research Center (USMARC) in Clay Center, NE. This acquisition is a Total Small Business Set-Aside for a Firm Fixed Price contract. The project involves significant repair work to restore the well's functionality. Offers are due by March 17, 2026, 2:00 PM CST.

Opportunity Details

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ)
  • Agency: USDA, Agricultural Research Service (USDA ARS AFM APD)
  • Place of Performance: USMARC, 844 Road 313, Clay Center, NE 68933
  • Set-Aside: Total Small Business Set-Aside (100%)
  • NAICS Code: 237110 (Small Business Size Standard: $45.0 million)
  • Product Service Code (PSC): Z2NE (Repair Or Alteration Of Water Supply Facilities)

Scope of Work

The objective is to repair irrigation well 33C at USMARC to support the production of roughage and other feeds for livestock. Key tasks include:

  • Replacing the bowl assembly, 231 feet of 9" x 2 1/2" column assembly, top tension assembly, and a 9" threaded column adapter.
  • Replacing the Amarillo gear drive, drip oil, gaskets, and bolts.
  • Providing labor to reset the pump and perform an efficiency test.
  • Coordinating work times with the Government Point of Contact (7:00 am - 5:00 pm).
  • Reporting any defective components not listed in the bid schedule.
  • Operating the well at its intended speed to prove correct operation.
  • Leaving replaced items with the research center.

Performance Standards: The repaired well (33C) must be capable of pumping 800 GPM. The new pump must meet or exceed the specifications of the current Western Roller pump (serial number E72384). A new 3-foot square cement pad must be poured under the gearhead. The replacement gear drive must be compatible with the existing Amarillo right angle gear drive (100 HP at 1760 RPM).

Contract & Timeline

  • Anticipated Contract Type: Firm Fixed Price.
  • Period of Performance: April 1, 2026, to April 30, 2026 (work must be completed by May 1, 2026).
  • Offer Submission Deadline: March 17, 2026, by 2:00 PM CST.
  • Questions Deadline: February 20, 2026, by 3:00 PM CST.
  • Offer Validity: Offers must be held firm for 90 calendar days from the offer receipt date.
  • Bonds: Performance and Payment Bonds are required within 7 calendar days after award.

Submission & Evaluation

  • Offers must be submitted via email in Adobe PDF format.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award will be made to the offeror representing the best value to the Government.
  • Technical Acceptability: Rated as "acceptable" or "unacceptable" based on the offeror's ability to provide a sound and compliant approach.
  • Company Experience: Evaluated based on references (up to three contracts within the last three years).
  • Past Performance: Evaluated using an "Acceptable," "Neutral," or "Unacceptable" rating system.

Important Attachments

  • Attachment 1 – Solicitation Terms and Conditions: Contains applicable clauses, instructions, and evaluation criteria.
  • Attachment 2 – Statement of Work: Provides complete details on the required work.
  • Attachment 3 – Wage Determination – Building (NE20260080): Outlines prevailing wage rates and fringe benefits for building construction trades in specified Nebraska counties, including Clay. Bidders must account for these labor costs.
  • Attachment 4 – Wage Determination – Heavy (NE20260047): Outlines prevailing wage rates and fringe benefits for heavy construction trades in Nebraska. Bidders must account for these labor costs.

Contact Information

People

Points of Contact

Joshua J. DobereinerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 12, 2026