Loading...
1232SA26Q0422
Response Deadline
May 4, 2026, 8:00 PM(CDT)18 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
AMENDMENT 0002 issued to provide answers to questions submitted by interested contractor and to provide site visit date and time.
Q1. Is a site visit recommended or required prior to submission of quotes?
A1. Site visit is not mandatory or required, but highly recommended.
Q2. If so, can you provide available dates and point of contact for scheduling?
A2. One site visit scheduled for Thursday, April 23,2026 at 10:00 a.m. Hawaii Standard Time (HST). Contact: Carlee Wehrsig, (808) 932-2120, carlee.wehrsig@usda.gov.
Q3. Is there an incumbent contractor currently performing these services?
A3. Islandwide Mechanical Service Inc. Contract #12905B21C0002 – $318,459.57, Base Year + Four Option Years – Period of Performance Dates: 04/01/2021 to 03/31/2026.
Q4. Does the Government have a preferred template or digital system for maintenance reports and checklists, or should the contractor provide their own standardized format?
A4. No preferred template or digital system is in place. Government is open to receiving the info from the contractors as long as all requirements are submitted.
Q5. Should emergency and time-and-material repair rates be included as part of the base quote, or submitted separately?
A5. Yes with quote.
Q6. Confirmation that all filters, belts, lubricants, and routine consumables are to be included in the firm-fixed price for scheduled maintenance, as outlined in the SOW.
A6. Yes, all items listed should be included in firm fixed price quotation.
Q7. Are there any known high-failure components or anticipated replacement items we should account for?
A7. System is currently close to 20 years old. No known components at this time.
Q8. Are there any access restrictions, badging requirements, or coordination procedures for working at both locations (Nowelo St. and Stainback Highway)?
A8. Basic check-in check-out system, badge requirements will be needed.
Q9. Will award be made on a lowest price technically acceptable (LPTA) basis, or will past performance and technical approach be weighted?
A9. Evaluation method is Lowest Price Technically Acceptable (LPTA). Read Attachment 1 Terms and Conditions for evaluation method and evaluation criteria.
Q10. Should pricing be fully burdened and escalated for all option years at time of submission?
A10. Read Attachment 1 Terms and Conditions. A firm-fixed price requirements contract consisting of one (1) one-year base period and four (4) one-year option periods shall be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. Total price evaluation will be for the base period, all option periods inclusive of all cost factors.
SITE VISIT. One site visit is scheduled for Thursday, April 23,2026 at 10:00 a.m. Hawaii Standard Time (HST). Site visit contact: Carlee Wehrsig, (808)932-2120, carlee.wehrsig@usda.gov.
AMENDMENT 0001 issued to provide revised Statement of Work (SOW) as attachment 2.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12. This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued.
Solicitation number 1232SA26Q0422 is issued as a Request for Quotation (RFQ) for maintenance services of HVAC equipment and components for USDA, ARS, Daniel K. Inouye U.S. Pacific Basin Agricultural Research Center, Hilo, HI.
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The applicable North American Industry Classification Standard Code is 238220 The small business size standard is $19.0 Million. This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency.
Monte Jordan
DEPARTMENT OF AGRICULTURE
AGRICULTURAL RESEARCH SERVICE
USDA ARS AFM APD
USDA ARS AFM APD
5601 SUNNYSIDE AVENUE
BELTSVILLE, MD, 20705
NAICS
Plumbing, Heating, and Air-Conditioning Contractors
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)