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) is soliciting quotes for Chiller #8 Motor Repairs at its facility in Ames, IA. This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed Price contract, initially set aside for small businesses but now unrestricted due to Amendment 0001. Quotes are due by April 6, 2026, at 11:00 AM CT.
Scope of Work
The requirement involves providing qualified services, labor, equipment, and parts for the comprehensive repair of a specific YORK motor (HP 1215, 4160 volts, 3600 RPM, 6800 LBS) from Chiller #8. The scope includes:
- Transporting the motor to a contractor-provided repair facility.
- Performing electrical testing, disassembly, cleaning, inspection, core loss testing, rewinding, VPI, baking, and installing new bearings.
- Re-testing, painting, and ensuring motor functionality.
- Scheduling and transporting the repaired motor back to the USDA/NCAH facility. All work must comply with EPA rules and regulations regarding refrigerants.
Contract Details
- Award Type: Firm Fixed Price Contract.
- Estimated Magnitude: Between $100,000 and $250,000.
- Period of Performance: 30 calendar days after Notice to Proceed (NTP).
- NAICS: 811310 (Maintenance, Repair And Rebuilding Of Equipment: Pumps And Compressors) with a $12.5M size standard.
- Place of Performance: USDA/NCAH facility at 1920 Dayton Ave, Ames, IA 50010.
- Bonding: Bid guarantees are required for proposals exceeding $150,000 (20% of proposed price, max $3M). Payment Bonds (SF 25A) are required for awards over $35,000, and Performance Bonds (SF 25) for awards over $150,000.
Submission & Evaluation
Quotes must be submitted via email to Spencer Hamilton (spencer.hamilton@usda.gov). The evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology, assessing technical acceptability, past performance (Acceptable, Neutral, or Unacceptable), and the fairness and reasonableness of pricing. Offerors must hold prices for 90 calendar days. Active SAM.gov registration and completed electronic annual representations and certifications are mandatory. Bidders must also adhere to prevailing wage rates as per Attachment 3 (DOL General Decision Number) and complete forms like ARS-371 (Construction Progress and Payment Schedule) and ARS-372 (Contractor Request for Payment Transmittal).
Key Deadlines & Milestones
- Quote Submission Deadline: April 6, 2026, at 11:00 AM CT.
- Site Visit: An organized site visit was held on March 24, 2026.
- Questions Deadline: Questions were due by March 26, 2026.
Special Requirements
Vendor personnel must be US Citizens with a real ID, check in daily for a contractor pass, and be under USDA escort while on location. Section 508 Electronic and Information Technology Standards apply.