RENTAL OF 230-TON CHILLER (RIVERSIDE, CA)
ID: 12905B25Q0048Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (W041)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the rental of a 230-ton chiller at the US Salinity Laboratory in Riverside, California. The procurement involves a base rental period of six months, with the option to extend for an additional three months, during which the contractor will be responsible for the delivery, installation, and deinstallation of the chiller, as well as providing operational training to USDA personnel. This rental is critical to replace an aging 210-ton chiller that poses safety risks and supports ongoing agricultural research during high summer temperatures. Interested contractors must submit their quotes by 12:00 p.m. Pacific Time on May 12, 2025, to Spencer Hamilton at spencer.hamilton@usda.gov, and are encouraged to attend a site visit scheduled for May 5, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Agricultural Research Service is seeking a contractor to supply a rental 230-ton chiller for six months, with the option to extend for an additional three months. The existing 210-ton chiller at the US Salinity Laboratory in Riverside, CA, has reached the end of its operational life, presenting safety hazards and jeopardizing ongoing research due to high summer temperatures exceeding 100 degrees Fahrenheit. The contractor's responsibilities include delivering, installing, and deinstalling the chiller, performing plumbing and electrical connections, and providing operational training to USDA personnel. The rental chiller is to be delivered within 14 days post-order, with installation scheduled during regular business hours. All work will adhere to federal, state, and local regulations, and the rental period is set from June 1, 2025, to February 28, 2026. Proper disposal of materials and adherence to security requirements are also mandated. This RFP underscores the agency's immediate need to ensure employee safety and support vital agricultural research.
    RFP# 12905B25Q0048 pertains to the rental of a 230-ton chiller in Riverside, CA, with notice of Amendment # 0002. The primary requirement is that the chiller must operate on a 600A service, with the 230-ton specification being a minimum. The document addresses various contractor inquiries, confirming that a trailer-mounted chiller can be used at no additional cost and that subcontracting is acceptable while maintaining the prime contractor's responsibility. The replacement of an existing 210-ton chiller is justified by the installation of additional ductwork in the facility. The target chiller operating and outgoing water temperature is set at 45 degrees Fahrenheit. Key operational details, including supply line sizes of 6 inches and payment terms of net 30 days, are also provided. Finally, the solicitation includes guidance on bid submission for the chiller rental, ensuring bidders understand the requirement to provide pricing in a specified format. Overall, this document serves as a comprehensive resource for potential contractors bidding on the rental of the specified chiller, detailing all requirements and expectations clearly.
    The document is a Request for Quotation (RFQ) for the rental of a 230-ton chiller in Riverside, CA, as indicated by RFQ# 12905B25Q0048. It outlines the contract clauses and terms, including the option for increased quantity, contract closeout procedures, period of performance spanning nine months with defined start and end dates, and responsibilities for obtaining necessary permits. The contractor must comply with multiple Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses, including those related to payments, technical requirements, and ethical standards. Quotations must be submitted electronically, providing detailed descriptions of the product features, compliance with legal provisions, and a commitment to hold price offers firm for 60 days. The government's evaluation will follow a Lowest Price Technically Acceptable (LPTA) criteria, ensuring the selected contractor meets all technical requirements before price considerations. The document emphasizes the importance of written submissions, compliance with specifications, and the necessity for timely responses to inquiries and amendments. The RFQ’s structured approach ensures clarity for potential offerors regarding expectations and requirements in the contracting process.
    This document outlines the amendment process for a government solicitation related to contract offers. It specifies that offers must acknowledge receipt of amendments either by completing designated items and returning them or through separate communication that includes the relevant solicitation and amendment numbers. The failure to acknowledge this amendment by the specified deadline may lead to the rejection of the offer. The document details the standard form requirements for modifications, including a description of the amendment or modification, the contracting officer's authority, and the effective date. Additionally, it provides instructions for various items on the form, which include the contract identification code and the contractor's details. The purpose of this amendment is to provide participants with a copy of the Site Visit Sign-In Sheet for the associated solicitation number and reaffirms that terms of the existing contract remain unchanged unless specified differently in the amendment. The structured format adheres to standard federal guidelines, ensuring clarity and compliance with governmental procedures for contracts and procurement processes.
    This amendment addresses the acknowledgment process for offers related to a federal solicitation, specifying that offers must confirm receipt of the amendment before the deadline to avoid rejection. It outlines methods for acknowledgment, such as completing specific items on the form or providing a separate letter referencing the amendment. The document details the modification of contracts, including how to indicate effective dates and administrative changes. It states the importance of including contract identification codes and the necessity of referring to the amendment in any offered changes. Additionally, instructions guide the contractor on completing various form items, maintaining contract terms, and the required signatures, while clarifying that some changes do not require the contracting officer's signature. The primary purpose is to ensure compliance and clarity regarding the solicitation amendment process, providing guidance for contract modifications, acknowledgment protocols, and administrative details essential for maintaining the integrity of federal contracting procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MMW Chiller for Balance of Plant
    Energy, Department Of
    The Department of Energy is seeking qualified vendors to provide an outdoor air-cooled MMW Chiller system for its Multi-Megawatt electrolyzer project, with a minimum cooling capacity of 30 tons required by March 2026. This chiller will play a crucial role in drying hydrogen produced by a proton exchange membrane (PEM) electrolyzer by cooling glycol to condense water from the hydrogen stream, ensuring the hydrogen is suitable for use in fuel cells and other applications. The procurement includes specific technical requirements such as a flow rate of 90-120 gpm, operation in extreme conditions, and compatibility with a 50/50 propylene glycol and water mixture. Interested parties should contact Kirby Hoffman at Kirby.Hoffman@nrel.gov for further details regarding the Request for Quote (RFQ) No. 2026027456.
    Two Chiller Replacement Project
    Justice, Department Of
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    Annual Bulk Nitrogen deliveries with 4 option years
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking a contractor to provide annual bulk liquid nitrogen deliveries, with a contract duration of one base year and four option years. The selected vendor will be responsible for supplying approximately 8,500,000 standard cubic feet (scf) of liquid nitrogen annually, maintaining a bulk liquid nitrogen tank and gasifier, and ensuring uninterruptible nitrogen services during the transition from the current supplier. This procurement is critical for the USDA's Agricultural Research Service at the Eastern Regional Research Center in Wyndmoor, PA, where the nitrogen is essential for various research and operational activities. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    Chiller Replacement Bldgs. 128, 227, BB125, and RR135
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of chillers in Buildings 128, 227, BB125, and RR135 at Marine Corps Base Camp Lejeune, North Carolina. This project requires qualified Mechanical MACC Contractors to provide all necessary materials, labor, equipment, and supervision for the installation of new HVAC chiller units, including associated electrical components and chilled water piping, with a focus on compliance with the Buy American Act and specific construction standards. The estimated contract value ranges from $1,000,000 to $5,000,000, with proposals due by January 15, 2026, and a site visit scheduled for December 30, 2025. Interested contractors should contact Tony Benson at tony.d.benson1.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    DH-AC Unit Rental
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide the rental of seven high-capacity dehumidifying and air conditioning units. These units must meet specific requirements, including a minimum cooling capacity of 25 tons and an airflow capacity of at least 5000 cubic feet per minute, and must be skid-mounted with certified lifting points for safe handling. This procurement is critical for supporting mission-critical environmental control operations at the facility, with a rental duration of 12 months and an option for an additional year. Interested parties must submit their capability statements by 08:00 AM HST on January 5, 2026, and can direct inquiries to Meagan Wong at meagan.o.wong.civ@us.navy.mil or Evangeline Calaustro at evangeline.b.calaustro.civ@us.navy.mil.
    Horizontal Dry Dilution Refrigerator Relocation Service
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from industry sources regarding the provision of Horizontal Dry Dilution Refrigerator Relocation Services. This procurement involves the expert disassembly, packing, re-assembly, and installation of a semi-custom Blue Fors Horizontal Dry Dilution Refrigerator, ensuring that the existing warranty coverage and performance are maintained throughout the process. The relocation is critical for the NIST's Quantum Calorimeter Group, as it supports ongoing research and development activities at the new location in Brookhaven National Laboratory, NY. Interested parties should submit their responses by December 22, 2025, to Lisa Stevens at lisa.stevens@nist.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    Temporary Dehumidification System w/ Inline Heaters_Rev1
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is soliciting quotes for the rental and maintenance of a Temporary Dehumidification System with Inline Heaters, designated under solicitation number N3904026Q3088. This system is intended to provide dry and tempered process air for various industrial applications at the New London Subbase in Groton, Connecticut, and includes a Desiccant Climate Control Unit (DCCU) with a capacity of 5,000 CFM, along with necessary heating and ductwork. The procurement is critical for maintaining operational efficiency in environments requiring moisture control, with proposals due by December 22, 2025, at 5:00 PM EST, and must be submitted via email to Alyssa Scarelli at alyssa.a.scarelli.civ@us.navy.mil. Vendors are required to be registered in SAM.gov, and the contract will be awarded based on the lowest-priced technically acceptable offer, evaluated on technical compliance, price, and past performance.
    J041--Chiller Plant/ ARF Services Contract
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, is seeking qualified contractors to provide operation, maintenance, and repair services for the Central Chiller Plant and Operating Room (OR) Chillers at the Stratton VA Medical Center in Albany, New York. The procurement aims to ensure safe and efficient operation through preventive maintenance, emergency repairs, and specific tasks such as eddy current testing and tower cleaning, as outlined in the Performance Work Statement. This opportunity is crucial for maintaining the facility's cooling systems, which are vital for patient care and operational efficiency. Interested contractors must submit their capability statements and relevant information via email to Natalie Acevedo at natalie.acevedo@va.gov by 10:00 AM EST on December 22, 2025, as this notice is for market research purposes only and does not constitute a solicitation for bids.
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.