CHILLER #8 MOTOR REPAIRS (Ames, IA)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), National Centers for Animal Health (NCAH) in Ames, IA, is soliciting quotations for Chiller #8 Motor Repairs. This is an Unrestricted procurement, open to all responsible sources. The estimated magnitude of the project is between $100,000 and $250,000. Quotations are due by April 6, 2026, at 4:00 PM UTC.
Scope of Work
The contractor will provide all services, labor, equipment, and parts for the comprehensive repair of a specific YORK chiller motor (HP 1215, 4160 volts, 3600 RPM, 6800 LBS) located at the USDA/NCAH facility in Ames, IA. Key tasks include:
- Transporting the motor to a contractor-provided repair facility.
- Performing electrical testing, disassembly, cleaning, inspection, and core loss testing.
- Rewinding, testing, VPI, baking, and installing new bearings.
- Re-testing and painting the motor.
- Scheduling and executing the return transport and offload of the repaired motor. All work must comply with EPA rules regarding refrigerants. Vendor personnel must be US Citizens with a Real ID, check in daily, and be under USDA escort while on site.
Contract Details
- Solicitation Number: 1232SA26Q0310
- Type: Request for Quotation (RFQ), Firm Fixed Price Contract
- Set-Aside: Unrestricted (originally Total Small Business, changed by Amendment 0001)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Period of Performance: 30 calendar days after Notice to Proceed (NTP).
- Place of Performance: USDA/NCAH, 1920 Dayton Ave, Ames, IA 50010.
Submission & Evaluation
- Submission: Quotes must be emailed to Spencer Hamilton at spencer.hamilton@usda.gov.
- Evaluation: Lowest Price Technically Acceptable (LPTA) criteria. Technical acceptability and past performance will be rated.
- Requirements: Offerors must be actively registered in SAM.gov and have completed electronic annual representations and certifications.
- Bonding: Payment Bond (SF 25A) required for awards over $35,000. Performance Bond (SF 25) required for awards exceeding $150,000. Bid guarantee may be required if the proposal exceeds $150,000.
- Wage Rates: Bidders must adhere to prevailing wage rates specified in Attachment 3 (DOL General Decision Number) for Story County, Iowa.
Key Deadlines
- Questions Deadline: March 26, 2026, 12:00 PM CT (Passed)
- Quotations Due: April 6, 2026, 4:00 PM UTC
Amendments
- Amendment 0001 (March 23, 2026): Revised the project from a Total Small Business Set-Aside to an Unrestricted procurement.
- Amendment 0002 (March 24, 2026): Provided the Site Visit Sign-In Sheet.