ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Chiller #8 Motor Replacement

DEPARTMENT OF AGRICULTURE 1232SA26Q0115
Response Deadline
Feb 6, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the replacement of the motor for Chiller #8 at its facility in Ames, Iowa. This procurement is critical for maintaining suitable environments in BSL-2 and BSL-3 laboratories, which are essential for animal health research and disease control. The selected contractor will provide a York OEM replacement motor and retrofit kit, along with necessary installation services, including alignment verification and start-up operations. Interested parties must submit their quotations by the specified deadline, and all inquiries should be directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723. The project is set aside for small businesses, and a site visit is scheduled for January 27, 2026.

Classification Codes

NAICS Code
335312
Motor and Generator Manufacturing
PSC Code
J041
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT

Solicitation Documents

3 Files
SOW CHILLER 8 MOTOR REPLACEMENT .doc
Word3196 KBJan 20, 2026
AI Summary
The USDA/NCAH in Ames, IA, requires qualified chiller services to replace the motor for Chiller #8, a critical component of its central utility plant. The campus, a key facility for animal health research and disease control, relies on this chiller to maintain suitable environments for animals, equipment, and personnel in BSL-2 and BSL-3 laboratories. The project necessitates providing a York OEM replacement motor and retrofit kit, along with a crane for delivery and installation. The contractor must install and couple the new motor, verify proper alignment, and perform a start-up to ensure correct operation. Access to the facility is restricted to normal business hours, and all contractor personnel must be U.S. citizens, check-in daily for passes, and be escorted by USDA staff at all times.
Wage Rates.pdf
PDF470 KBJan 20, 2026
AI Summary
The document is a highly fragmented and corrupted government file, likely a table of contents or an index due to its repetitive numerical and alphanumeric sequences followed by what appears to be titles or descriptions. The content is largely unreadable, consisting of extensive junk characters, but it consistently follows a pattern of an identifier (e.g., ''))'''''''''') followed by a potential entry and page numbers. Given its context within federal government RFPs, federal grants, and state and local RFPs, this document most likely serves as an internal organizational tool, possibly detailing sections of a larger proposal or report. Without decipherable content, a precise summary of specific topics is impossible; however, its structure suggests it's a foundational or reference document for navigating more extensive government-related paperwork. It appears to categorize various elements, each linked to a numerical identifier and a location within a larger document.
LPTA Brand Name Evaluation Criteria 1163160.docx
Word59 KBJan 20, 2026
AI Summary
This government file outlines the evaluation criteria for a brand name procurement using the Lowest Price Technically Acceptable (LPTA) method. It specifies that quotes will be evaluated based on price, technical acceptability, and past performance. The price evaluation will consider the total price for the base period, all option periods, and a potential six-month extension, ensuring fairness and reasonableness. Technical acceptability requires the exact brand name, make, and model number, supported by sufficient documentation, and must be new. Alternate or substitute products will be deemed technically unacceptable. Past performance will be assessed based on prior contract fulfillment, quality, timeliness, and business relations, resulting in ratings of acceptable, neutral, or unacceptable. The evaluation method dictates that only the lowest-priced offer will first be evaluated for technical capability and past performance; if deemed unacceptable, the next lowest-priced offer will be considered until a technically acceptable offer with acceptable or neutral past performance is identified for award.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 20, 2026
deadlineResponse DeadlineFeb 6, 2026
expiryArchive DateFeb 21, 2026

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS AFM APD

Point of Contact

Name
lynn Hults

Place of Performance

Ames, Iowa, UNITED STATES

Official Sources