HVAC Maintenance for Six USDA LMR Sites

SOL #: 12639526Q0061Award Notice

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Brownsville, TX

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment (J041)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 24, 2026

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 U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHS), Cattle Fever Tick Eradication Program, is soliciting quotes for HVAC Maintenance services for six USDA Land Mobile Radio (LMR) System Shelter Sites in South Texas. This is a Total Small Business Set-Aside. The contract will be a hybrid Firm-Fixed Price with Time and Materials. Quotes are due by March 13, 2026, at 3:00 PM ET.

Scope of Work

The requirement is for an annual service contract to provide semi-annual service inspections and maintenance of HVAC units supporting the USDA's LMR system along the South Texas border area. Services include:

  • Annual cooling inspections (Spring) and mid-season maintenance inspections (Fall).
  • 24-hour emergency service and repairs with a 24-hour response time.
  • Provision of replacement parts and materials (paid via government purchase card).
  • Submission of written reports after each inspection or emergency call. The contractor must be a licensed and authorized BARD HVAC service representative, as the equipment to be serviced is BARD 1.0-ton air conditioner/Model W12AAAA05XPXXXJ. The six radio shelter sites are located in South Texas, including Brownsville, San Benito, and La Joya, with specific sites like San Pedro, Posito Hondo, Blue Town, Havana Vat, La Laja Farms, and Quemado VAT identified.

Contract Details

  • Award Type: Hybrid Firm-Fixed Price with Time and Materials.
  • Period of Performance: One (1) one-year base period (April 1, 2026 - March 31, 2027) and two (2) one-year option periods.
  • Award Intent: The government intends to make one award.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 238990 - All Other Specialty Trade Contractors, with a $19 million size standard.

Submission & Evaluation

  • Quotes Due: Electronically via email to julia.lackey@usda.gov by 3:00 PM Eastern Time on Friday, March 13, 2026.
  • Questions Due: By March 11, 2026, at 12:00 PM Eastern Time, via email to julia.lackey@usda.gov.
  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Factors include ability to comply with schedule, satisfactory record of performance and integrity, satisfactory safety and environmental record, satisfactory references, and necessary facilities, equipment, personnel, and technical skills. Price will be evaluated for fairness, reasonableness, and realism. Technical acceptability will be rated "acceptable" or "unacceptable."
  • Pricing: Bidders must use the provided Price Schedule (Attachment 1) for firm-fixed price items and hourly labor rates for emergency repairs (for evaluation, paid T&M).

Key Attachments

  • Statement of Work (SOW): Details objectives, scope, performance standards, and special requirements.
  • Price Schedule: Outlines pricing structure for FFP and T&M components across base and option years for each site.
  • HVAC Site Map: Visualizes the geographical scope and locations of the six LMR shelter sites.
  • Wage Determinations: Separate documents for Maverick, Hidalgo, Webb, and Cameron Counties, providing minimum wage rates and fringe benefits required under the Service Contract Act. Bidders must factor these into their proposals.

Contact Information

Primary Contact: Julia Lackey, Julia.Lackey@usda.gov, 202-619-8577.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Award Notice
Posted: Mar 24, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
HVAC Maintenance for Six USDA LMR Sites | GovScope