Closed Solicitation · DEPARTMENT OF AGRICULTURE

    NORLAKE WALK-IN FREEZERS AND COOLER CONTROL PANEL REPLACEMENT

    Sol. 1232SA26Q0383Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BELTSVILLE, MD
    Closed
    STATUS
    Closed
    closed Apr 8, 2026
    POSTED
    Apr 1, 2026
    Publication date
    NAICS CODE
    238220
    Primary industry classification
    PSC CODE
    J041
    Product & service classification

    AI Summary

    The USDA Agricultural Research Service is seeking quotations for the replacement of Norlake control panels and temperature charting systems for walk-in freezers and coolers. This RFQ is set aside for small businesses and requires a complete proposal including pricing, technical documentation, and compliance with specifications. Quotes are due by April 8, 2026.

    Contract details

    Solicitation No.
    1232SA26Q0383
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 1, 2026
    Response Deadline
    April 8, 2026
    NAICS Code
    238220AI guide
    PSC / Class Code
    J041
    Contract Code
    12H2
    Issuing Office
    USDA ARS AFM APD
    Primary Contact
    Richard Hawthorne
    State
    MD
    ZIP Code
    20705
    AI Product/Service
    both

    Description

    RFQ has been ammended to reflect the updated POC for the site visit, from Chris Bolye to Tiffany Fields. All other information remains the same. _________________________________________________________________________________ Description - 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. Quotations are being requested and a separate written solicitation will not be issued. Solicitation number 1232SA26Q0383 is issued as a Request for Quotation (RFQ) for the replacement of outdated and malfunctioning Norlake control panels and temperature charting systems. This acquisition is set-aside for small business concerns. The applicable North American Industry Classification Standard Code is 238220 – Plumbing, Heating, and Air-Conditioning Contractors The small business size standard is $19M This acquisition is a Total Small Business Set-Aside. All responsible sources may submit a quotation which will be considered by the agency. Scope of Work The Contractor shall provide all professional services, labor, and equipment for a turnkey replacement of three (3) existing control panels: Building #4482: Two (2) walk-in freezers (Operating Temp: -18°C). Freezer #1: Model # M21307 | Serial # 15061515 Freezer #2: Model # M19004 | Serial # 09100782 Building #4484: One (1) walk-in cooler (Operating Temp: +4°C / 25% Humidity). Cooler: Model # M20513 | Serial # 1121048 Technical Requirements Equipment Standard: Provide and install new Norlake control panels (or equal). Any "or equal" equipment must be compatible with existing mounting footprints or include necessary custom trim/mounting hardware to ensure a clean, airtight, and sealed installation. Proposed equipment must meet or exceed the following specifications: Scientific Precision: Accuracy of ± 0.5°C for temperature and ± 1% for humidity. Monitoring & Alarming: Dual-Probe Control: Must monitor both Air Temperature and Product/Simulated Mass Temperature. High/Low Alarms: Required for Air, Product, and Humidity readings. Charting & Data: Integrated temperature charting for all units; Building #4484 (Cooler) must also include integrated humidity charting. Charting systems must support Paper data logging for historical compliance records. Operating Ranges: Freezers: Must sustain -18°C or lower. Cooler: Must sustain +4°C and maintain humidity below 25%. Installation & Continuity: Provide and install all necessary wiring and sensors. Contractor must provide and verify temporary thermostat solutions to ensure units remain in full operation during the changeover. Award Type The Government intends to make one award from this solicitation. Therefore, to be considered responsive, contractors must submit pricing for all items. Evaluation and Basis for Award The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services is not applicable to this solicitation. In lieu of this provision, quotes will be evaluated in accordance with FAR 12.203 based on the criteria listed below. Award will be made to the offeror representing the best value to the Government. The Government will conduct a comparative evaluation of quotes to select the Contractor that is best suited to fulfill the requirement. The evaluation factors are: Price and Technical Capability. The Government reserves the right to select a quote that represents a superior technical solution, even if it is not the lowest priced. Submission Requirements: To be considered, provide a quote on company letterhead including: Vendor Details: SAM.gov UEI Number. Technical Documentation: Descriptive material and a "meets/does not meet" statement for the minimum specifications. Pricing: Unit price and total price (including all shipping/delivery costs). Timeline: Estimated lead time/delivery date. Validity: Quote must be valid for at least 60 days. Offerors shall identify where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Please ensure all email correspondence includes the solicitation number in the subject line. Emails without the RFQ number in the subject line may not be seen, read, and /or reviewed and therefore disqualified from consideration. QUESTIONS REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov, NO LATER THAN 1:00 p. m. ET, April 6th, 2026. Questions will only be accepted via email and WILL NOT be answered if received after this date/time. QUOTES REGARDING THIS RFQ ARE DUE TO RICHARD HAWTHORNE at Richard.hawthorne@usda.gov , NO LATER THAN 5:00 p. m. ET, April 8th, 2026. Place of Performance: USDA- ARS University of Georgia Griffin Campus 1109 Experiment Street Griffin, GA 30223 Site Visit: Purpose: To confirm location, dimensions, and existing conditions. No consideration will be given to claims based on a lack of knowledge of existing conditions. Date/Time: 9:00 AM, Thursday, 4/2/26. Meeting Location: Parking lot at the Seed Processing building (260 Stuckey Drive, Griffin, GA 30223). The building is located on the University of Georgia Griffin Campus, the main address for the campus is 1109 Experiment Street Griffin Georgia 30223. POC: Tiffany Fields, 770-347-7649, Tiffany.Fields@usda.gov Inquiries: The POC is for site visit coordination and physical access only. The POC does not have authority to answer questions regarding the RFQ, technical specifications, or contract terms. All formal inquiries and Requests for Information (RFIs) must be submitted in writing to the Contracting Officer.

    Key dates

    1. April 1, 2026Posted Date
    2. April 8, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NORLAKE WALK-IN FREEZERS AND COOLER CONTROL PANEL REPLACEMENT is a federal acquisition solicitation issued by DEPARTMENT OF AGRICULTURE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.