ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

A3 WELL BOOSTER

INTERIOR, DEPARTMENT OF THE 140G0126Q0149
Response Deadline
May 29, 2026
21 days left
Days Remaining
21
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Geological Survey, through its Columbia Environmental Research Center and acquisition office, is seeking a small-business contractor to replace an existing well water centrifugal pump and install a properly sized variable frequency drive with supporting controls. The project calls for two redundant inverter-duty centrifugal pumps, new piping configured for redundancy and bypass, a VFD with bypass and BACnet capabilities, a digital flow meter, and digital pressure gauges with BACnet on the suction and discharge piping. The work is in Boone County, Missouri, and must comply with electrical codes, include drawings and staff training, and is subject to a 30-day performance period beginning after notice to proceed, with performance and payment bonds and other solicitation requirements such as Buy American, OSHA, and electronic invoicing. Offers are due by May 29, 2026 at 10:00 AM local time, and quotes may be emailed to dparkin@usgs.gov; faxed quotes will not be accepted.

Classification Codes

NAICS Code
333914
Measuring, Dispensing, and Other Pumping Equipment Manufacturing
PSC Code
4320
POWER AND HAND PUMPS

Solicitation Documents

11 Files
Sol_140G0126Q0149_Amd_0001.pdf
PDF203 KBMay 8, 2026
AI Summary
Amendment 0001 to Solicitation 140G0126Q0149 modifies the original solicitation by removing FAR Clause 52.228-13 Alternative Payment Protections (JUL 2000) and adding Attachment 9 Performance Bond SF25-23a. This amendment, issued by USGS OAG RESTON ACQUISITION BRANCH, clarifies requirements for offerors and contractors. Offers must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication, to avoid rejection. The closing date for offers remains unchanged, and all other terms and conditions of the original solicitation are still in effect. The period of performance for the contract is from June 19, 2026, to August 3, 2026. For questions, contact Dayna Parkin at dparkin@usgs.gov.
B08_Attachment_9_Performance_Bond_SF25-23a_0001.pdf
PDF791 KBMay 8, 2026
AI Summary
The Standard Form 25 (REV. 10/2023) serves as a Performance Bond, obligating a Principal and Surety(ies) to the United States Government for a specified penal sum. This bond ensures the Principal's faithful performance of a contract's terms, conditions, and agreements, including any extensions or modifications. It also mandates payment of government-imposed taxes related to wages in construction contracts. The obligation becomes void upon the Principal's complete fulfillment of contractual duties and tax payments. The form details requirements for principals and sureties, including specific instructions for corporate and individual sureties regarding legal names, addresses, organizational types, and liability limits. It also outlines procedures for signatures, corporate seals, and the submission of supporting documentation like the Affidavit of Individual Surety (Standard Form 28) for individual sureties. The document emphasizes adherence to GSA-FAR regulations and provides guidance on completing the form accurately.
Sol_140G0126Q0149.pdf
PDF505 KBMay 8, 2026
AI Summary
This government solicitation, RFP 140G0126Q0149, issued by the USGS OAG Reston Acquisition Branch, outlines requirements for contractors to replace an existing centrifugal pump and install a Variable Frequency Drive (VFD) with supporting controls. The project, a 100% Small Business Set-aside, has a performance period from June 19, 2026, to August 3, 2026, with work commencing within 14 calendar days after notice to proceed and completion within 30 calendar days. Key requirements include mandatory performance and payment bonds, compliance with "Buy American" provisions for construction materials, OSHA standards, and electronic invoicing through the IPP system. The solicitation also details labor standards, wage rate requirements, and provisions for site visits, accident reporting, and subcontractor listings. Offers are due by May 29, 2026, at 10:00 AM local time.
B08_Attachment_2_Statement_of_Work.docx
Word410 KBMay 8, 2026
AI Summary
The U.S. Geological Survey (USGS) Columbia Environmental Research Center (CERC) requires an electrical upgrade for its Administration Building (A3) well water recirculation pump. The project involves removing a 10 hp centrifugal pump and manual motor starter, replacing them with two redundant inverter-duty centrifugal pumps and a properly sized variable frequency drive (VFD) with bypass and BACnet capabilities. The new pumps must handle 200 gallons per minute and 120-200 feet of head. The scope also includes installing a digital flow meter, digital pressure gauges with BACnet, and replacing piping for redundancy with a bypass. The contractor is responsible for all materials, labor, and supervision, providing operational and maintenance training to CERC staff, and a 12-month warranty on panelboards and transformers. The work must comply with electrical codes, and the contractor needs to produce all drawings. The project has a 30-day performance period from the Notice-to-Proceed, with utility interruptions requiring five business days' notice. The contractor must adhere to all federal, state, and local laws, and is responsible for site verification and obtaining necessary licenses and permits. Green acquisition practices are encouraged.
B03_Attachment_1_WD_MO20260084.pdf
PDF1723 KBMay 8, 2026
AI Summary
The General Decision Number MO20260084, effective January 2, 2026, outlines prevailing wage rates for building construction projects in Boone and Howard Counties, Missouri. It excludes single-family homes and apartments up to four stories. The document lists wage rates and fringes for various crafts, including insulators, bricklayers, carpenters, electricians, power equipment operators, ironworkers, laborers, cement masons, plumbers, pipefitters, roofers, sheet metal workers, and painters. It also details the application of Executive Orders 13706 and 13658, which mandate paid sick leave and minimum wage for federal contractors, respectively. The decision provides guidance on identifying union, union average, survey, and state-adopted wage rates and outlines the appeals process for wage determinations, directing interested parties to the Wage and Hour Division of the U.S. Department of Labor for initial decisions and the Administrative Review Board for appeals.
B08_Attachment_3_Form_DI-137_Release_of_Claims.pdf
PDF36 KBMay 8, 2026
AI Summary
The DI-137
B08_Attachment_4_Statement_and_Acknowledgement_of_Subcontractor_SF1413-13e.pdf
PDF567 KBMay 8, 2026
AI Summary
The Standard Form 1413 (Statement and Acknowledgment) is a government document used in federal contracting, specifically for subcontracts related to prime contracts. It is prescribed by the GSA/FAR and has an OMB Control Number 9000-0066 with an expiration date of 4/30/2022. Part I, the "Statement of Prime Contractor," requires details such as the prime contract and subcontract numbers, dates, and identification of both the prime contractor and subcontractor. It also asks whether the prime contract includes the "Contract Work Hours and Safety Standards Act -- Overtime Compensation" clause and describes the work performed by the subcontractor. Part II, the "Acknowledgment of Subcontractor," confirms the subcontractor's understanding that various labor standards clauses from the prime contract are incorporated into their subcontract. These clauses cover aspects like overtime compensation, payrolls, withholding funds, disputes, construction wage rate requirements, apprentices, Copeland Act compliance, subcontracts (labor standards), and contract termination. The form also allows for the listing of any intermediate subcontractors. The document emphasizes compliance with the Paperwork Reduction Act and estimates a minimal burden for completion.
B08_Attachment_6_Past_Performance_Questionnaire.pdf
PDF38 KBMay 8, 2026
AI Summary
The Past Performance Questionnaire is a three-page document designed for commercial clients or government agencies to evaluate a contractor's past performance for solicitations. It requires detailed information such as contractor name, contract number, type, value, period of performance, and project title. The questionnaire focuses on the scope and complexity of the work, how it was defined, and any problems encountered. Key evaluation factors include quality of services, personnel, subcontractor management, business relations, timeliness, customer satisfaction, financial controls, and attainment of small business subcontractor goals. A rating system, ranging from Unsatisfactory to Excellent, is provided with specific guidelines for each factor, except customer satisfaction. The document also asks if the preparer would select the firm for future services. The completed questionnaire, along with ratings and comments, is to be forwarded to the specified Contracting Officer by a given deadline.
B08_Attachment_5_Payment_Bond_SF25A-16d.pdf
PDF730 KBMay 8, 2026
AI Summary
Standard Form 25A is a payment bond used in federal government contracts to ensure that all persons supplying labor and material for a project are paid. The form outlines the obligations of the Principal (contractor) and Surety(ies) to the United States Government for a specified penal sum. It details requirements for execution, including the full legal name and address of the Principal and the proper identification and addresses of corporate or individual sureties. Corporate sureties must be approved by the Department of the Treasury and adhere to liability limits, with provisions for co-surety arrangements. The form also specifies signing procedures, requiring seals and typed names and titles for all signatories. This ensures financial protection for subcontractors and laborers, making it a critical document in government procurement for safeguarding payment obligations.
B08_Attachment_7_Payroll_WH-347.pdf
PDF298 KBMay 8, 2026
AI Summary
The U.S. Department of Labor's Wage and Hour Division provides Form WH-347, the Davis-Bacon and Related Acts Weekly Certified Payroll Form. This optional-use form, expiring January 2028, is for contractors and subcontractors on federal or federally-assisted construction contracts to report weekly payroll information. While the form itself is optional, the submission of weekly payroll data is mandatory under the DBRA regulations and the Copeland Act. Contractors must certify that workers have been paid not less than the prevailing wage rates, including fringe benefits, and that all payroll records are accurate. The form collects details such as worker identification, labor classification, hours worked, wage rates, fringe benefits, gross earnings, and deductions. It also requires certification of apprenticeship programs and details on how fringe benefits are paid. The information is reviewed by DOL and contracting agencies to ensure compliance with legal wage and benefit requirements. Willful falsification can lead to civil or criminal prosecution and debarment from future federal contracts.
B08_Attachment_8_Image_of_centrifugal_pump.jpg
JPEG2117 KBMay 8, 2026
AI Summary
The document outlines a system involving a sanitary sewer booster pump panel, an electrical panel identified as 84 MB51 53, and a well water pressure pump. A warning indicates the presence of pressurized well water, leading to a hot water supply system. This setup suggests an infrastructure related to water management and waste removal, likely within a facility or municipal context. The various components indicate a coordinated system for managing water pressure and sanitation needs.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 29, 2026
expiryArchive DateJun 13, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
US GEOLOGICAL SURVEY
Office
OFC OF ACQUSITION GRANTS-NATIONAL

Point of Contact

Name
Parkin, Dayna

Official Sources