Awarded ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor

INTERIOR, DEPARTMENT OF THE 140FS226Q0007
Total Obligated
SAM.gov
Current Recipient
DAIKIN TMI HOLDINGS LLC Chesterfield MO USA
Feb 4, 2026
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at dana_arnold@fws.gov or by phone at 703-468-8289.

Classification Codes

NAICS Code
238220
Plumbing, Heating, and Air-Conditioning Contractors
PSC Code
J045
MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT

Solicitation Documents

5 Files
Sol_140FS226Q0007.pdf
PDF462 KB12/9/2025
AI Summary
This government Request for Quote (RFQ) 140FS226Q0007, issued by the U.S. Fish & Wildlife Service, seeks proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, MO. The RFQ, administered by Dana Arnold (dana_arnold@fws.gov), is open to small businesses and has an offer due date of January 5, 2026, at 2:00 PM ES. The project involves troubleshooting, repair, and software support for KMC BACnet HVAC systems. Proposals must include a comprehensive technical approach, technical experience, past performance (with references), lead times for various service priorities, and a detailed price quote. Offerors must be authorized KMC Controls contractors for central/eastern Missouri and southern Illinois. The evaluation will prioritize best value, considering technical approach, experience, past performance, lead time, and price. The BPA has a performance period from January 12, 2026, to January 11, 2031, with specific invoicing and payment procedures outlined, including the use of ipp.gov for invoices exceeding the micro-purchase threshold.
B03_-_Service_Contract_Act_WD___2015-5101_-_Rev_27.pdf
PDF4993 KB12/9/2025
AI Summary
No AI summary available for this file.
B08_-_Technical_Experience_and_References_Form.pdf
PDF758 KB12/9/2025
AI Summary
The document outlines the requirements for submitting technical experience and references for janitorial services projects. It specifies that up to three projects, similar in size and complexity to those detailed in the Statement of Work, can be provided. For each experience, applicants must include the contract/work type, contract number (if applicable), total contract value, the agency/firm for whom the work was performed, a contact person at the site with their telephone number and valid email address, and the start and end dates of the work. A brief description of duties performed is also required for each project. The Government will contact the provided references to assess past performance, indicating that these references are a critical component of the evaluation process for government RFPs, federal grants, or state and local RFPs for janitorial services.
A04_-_SOW_for_5-Year_BPA_HVAC_Monitoring.pdf
PDF110 KB12/9/2025
AI Summary
Mingo National Wildlife Refuge seeks a Contractor for a 5-year Blanket Purchase Agreement (BPA) for HVAC Monitoring System services for its Visitor Center and Offices. The Contractor will provide remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, including 19 heat pumps and geothermal units. Key responsibilities include identifying malfunctions, providing repair estimates, recommending system improvements, and performing software upgrades. The Contractor must be an authorized KMC Controls installer in central/eastern Missouri and southern Illinois and comply with federal/state regulations. The period of performance is from January 12, 2026, to January 11, 2031. A three-tiered service call response protocol (Emergency, High, Normal Priority) will ensure timely resolution of issues. The government will evaluate performance based on individual BPA calls.
A16_-_Brand_Name_Justification_HVAC_Monitoring.pdf
PDF2080 KB12/9/2025
AI Summary
The U.S. Fish and Wildlife Service (USFWS) requires a single-source justification for HVAC monitoring and support services at the Mingo National Wildlife Refuge. The facility utilizes a proprietary KMC BACnet Building Automation System (BAS) which controls critical HVAC infrastructure. Due to the specialized nature of the system, only KMC-authorized contractors with specific regional authorization can provide the necessary integration, maintenance, and support, ensuring continued functionality, reliability, and warranty validity. Unauthorized contractors lack access to essential tools, software, and technical support, potentially leading to system malfunctions or security vulnerabilities. This sole source acquisition, under the Simplified Acquisition Threshold (SAT), is justified by the need for a contractor uniquely qualified to support the existing KMC BACnet system. Future HVAC requests not requiring support for the existing KMC BACnet system will be competitively bid.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 9, 2025
deadlineResponse DeadlineJan 5, 2026
awardAwarded to DAIKIN TMI HOLDINGS LLC Chesterfield MO USAFeb 4, 2026
expiryArchive DateJan 20, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
US FISH AND WILDLIFE SERVICE
Office
FWS, SAT TEAM 2

Point of Contact

Name
Arnold, Dana

Official Sources