Equipment Replacement in Walk-in Freezers
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 USDA Agricultural Research Service (ARS) is seeking quotations for the replacement of refrigeration equipment in two walk-in freezers at its EIDMRU Lab in Marshfield, WI. This Total Small Business Set-Aside opportunity aims to ensure the continued storage of research samples at -20°C. The solicitation is a Request for Quotation (RFQ) under FAR Part 12, with award anticipated as a Firm-Fixed Price contract. Quotations are due March 25, 2026, at 4:00 PM CST.
Scope of Work
The project involves a comprehensive replacement of existing refrigeration systems for two independent Norlake walk-in freezer units (10'L x 9'W x 9'H, maintaining -15C to -20C). Key tasks include:
- Demolition and disposal of current refrigeration equipment and R404A refrigerant.
- Installation of new 4.5hp scroll-type condensing units (low temp, A2L compatible) and low-profile electric defrost evaporator coils (e.g., Heatcraft HGT160BNL2K).
- Replacement of associated components: solenoid valves, check valves, and electronic expansion valves.
- Upgrade of control panels with new systems (e.g., IntelliGen Field Mount iFM Kit).
- Installation of new ACR copper refrigeration piping with insulation and secondary condensate drain lines.
- Provision of new refrigerant (Safe Alternatives) and POE oil.
- Electrical connections, system start-up, leak checks, and operational adjustments.
- Owner training and a minimum 90-day warranty on materials, equipment, and workmanship. Work must be performed one freezer at a time, Monday-Friday, 7 am - 5 pm, with one week prior notification to USDA technical contacts. Security clearances may be required for staff on-site for 5+ days. The opportunity includes a "Brand Name or Equal" provision (AGAR 452.211-70), requiring "equal" products to meet specified salient characteristics.
Contract Details
- Solicitation Number: 1232SA26Q0303
- Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business
- NAICS: 333415 (Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing), Size Standard: 1,250 Employees
- Place of Performance: 2615 Yellowstone Drive, Marshfield, WI 54449
- Response Due: March 25, 2026, 4:00 PM CST
- Site Visit: Wednesday, March 18, 2026, at 10:00 AM CST. RSVP to lynn.hults@usda.gov by 8:30 AM CST on March 18, 2026.
- Questions Due: The stated deadline of March 17, 2025, appears to be a typo and has likely passed.
Evaluation and Award
Award will be made to the offeror representing the best value to the Government, based on the highest technically rated proposal, provided the price is fair and reasonable, and past performance is acceptable or neutral. No tradeoffs will be conducted, and award will not necessarily go to the lowest-priced offeror. Evaluation criteria include:
- Technical Approach: Ability to meet SOW schedule and requirements.
- Price: Fair and reasonable, with pricing for all line items.
- Past Performance: Assessed as acceptable or neutral, using references, CPARS, and USDA contract history. Offerors must comply with AGAR clauses 452.203-70 and 452.203-71 regarding Anti-Discrimination and Diversity, Equity, and Inclusion (DEI) compliance and certification, which are material terms of the contract. The Service Contract Labor Standards apply, with wage determinations provided for Wisconsin (Adams and Wood Counties).