The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
ID: 12905B25Q0011Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF LABORATORIES AND CLINICS (Z2DB)

Set Aside

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

    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with all work required to meet USDA standards. This remodel is crucial for enhancing research capabilities within the facility, reflecting the USDA's commitment to maintaining high standards for scientific research environments. Interested small businesses must submit sealed offers by January 24, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Mr. Lam Pham at lam.pham@usda.gov for further details.

    Point(s) of Contact
    Mr. Lam Pham
    lam.pham@usda.gov
    Files
    Title
    Posted
    The San Joaquin Valley Agricultural Sciences Center seeks a contractor for the retrofit and remodeling of its laboratory located at 9611 S Riverbend Ave, Parlier, CA. The existing, non-functional walk-in growth units will be dismantled, and the space renovated to enhance research capabilities. The contract includes demolition of old units, repair and painting of walls, flooring updates, installation of electrical outlets, and upgrades to the HVAC system. New LED lighting will replace outdated fluorescent fixtures, and all materials must meet USDA standards. Work is to be executed within normal business hours and completed within 90 days following the Notice to Proceed (NTP). Contractors are encouraged to conduct a site visit to familiarize themselves with the project scope and requirements. This request reflects the USDA's commitment to maintaining high standards for scientific research environments.
    The document outlines wage determinations for construction projects in California under the Davis-Bacon Act, specifically for building, heavy, dredging, and highway construction across various counties. It specifies minimum wage rates that contractors must pay workers depending on whether the contract is entered into after January 30, 2022, or if it was awarded between January 1, 2015, and January 29, 2022. The minimum wage rates are categorized by different counties in California and vary per worker classification, including asbestos removal workers, masons, carpenters, electricians, and equipment operators, among others. Each classification includes specific wage rates and fringe benefits, dependent on the local area. Additionally, the document highlights the importance of submitting a conformance request when a needed classification is not listed. This wage determination aligns with the federal government’s commitment to fair labor standards in federally funded projects and emphasizes the prevailing wage laws applicable to contractors and subcontractors in the construction industry.
    The U.S. Department of Agriculture's Agricultural Research Service (USDA-ARS) has provided a form, ARS-371, which outlines the requirements for submitting a Construction Progress and Payment Schedule. This form is intended for contractors to detail the progress of construction work, the payment schedule, and significant project milestones. Within 14 days after receiving a Notice to Proceed, contractors must complete the form, including information on contract number, total amount, project location, and contractor's details. The schedule requires a breakdown of work by dollar value and percentage of completion, alongside tentative start and completion dates for various project components. The document emphasizes the need for an approved form to accompany payment requests, ensuring clarity and accountability in project funding and timelines. This form is an essential part of managing federal contracts, facilitating effective tracking of construction projects and payment processing in adherence to federal regulations.
    This document serves as a Contractor's Request for Payment Transmittal related to federal contracts and projects, detailing the payment requisition process for contractors. Key components include the original contract amount, any change orders or amendments, and the total adjusted contract prices. Additionally, it outlines the value of work completed and materials stored on-site. The form requires the contractor to certify that previous payments have been made to subcontractors and that the request does not include withheld amounts. It also emphasizes adherence to contractual specifications and legal requirements. The document is signed by various representative roles, such as the contractor’s authorized representative and a designated project manager, affirming the payment request's legitimacy before payment is executed. This structured approach ensures compliance with government contracting standards and accountability in payment distribution.
    This document serves as an amendment to a federal solicitation, outlining critical information regarding changes and acknowledgment requirements for bidders. The amendment states that the deadline for submitting offers may be extended and emphasizes that bidders must acknowledge receipt of the amendment through specified methods, including completing relevant items on the submission forms or via electronic communication. Additionally, the document modifies the original contract, incorporating FAR 52.223-23, which pertains to sustainable products and services. The amendment aims to ensure compliance with updated federal regulations concerning sustainability in government contracting. The structure of the document includes sections for acknowledgment of the amendment, modification details, and the authority for the contract changes. It specifies that the original terms and conditions remain intact except for the changes mentioned. Ultimately, it emphasizes the importance of responding to the amendment promptly to avoid rejection of bids and maintain compliance with federal procurement policies.
    The document is a Request for Proposal (RFP) issued by the United States Department of Agriculture (USDA) for a laboratory retrofit and remodel project at the San Joaquin Valley Agricultural Sciences Center in Parlier, California. The project, identified by solicitation number 12905B25Q0011, has an estimated cost between $100,000 and $250,000 and is reserved exclusively for small businesses under the NAICS code for Structural Steel and Precast Concrete Contractors. Bidders must submit sealed offers by January 24, 2025, and the completion timeframe is set at 90 days from the Notice to Proceed. The RFP outlines requirements for performance bonds, biobased product usage, and compliance with federal regulations and safety standards. It emphasizes the necessity for contractors to provide all labor, materials, and equipment while adhering to specified government guidelines. The document also includes provisions for inspection, payment procedures, and contractor responsibilities during execution, ensuring that all work meets the standards set forth by the USDA. This RFP exemplifies the government's commitment to engaging small businesses in public projects while ensuring compliance with environmental and safety regulations.
    The Agricultural Research Service's San Joaquin Valley Agricultural Sciences Center in Parlier, California, is initiating a lab retrofit and remodel contract. The project involves dismantling three non-functional walk-in growth units and renovating the lab space to enhance research capabilities. The contractor is responsible for removing existing units and associated materials, repairing walls and flooring, updating electrical outlets, and installing a new HVAC system. Key tasks include installing new T-Bar ceilings, flooring, and LED lighting, along with retrofitting walls to meet specified surface standards. Safety protocols require the contractor to sign in daily and carry out work during regular business hours. The project aims to be completed within 90 days following the notice to proceed, utilizing the contractor’s supplied materials and equipment. This contract highlights the government's commitment to improving research facilities to uphold operational excellence within the USDA framework.
    Similar Opportunities
    Replacement of Roofing and Siding; and Paint Building 42
    Buyer not available
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking bids for the replacement of roofing, siding, and painting of Building 42 at its facility in Starkville, Mississippi. The project aims to enhance the infrastructure of the facility and is set aside for small businesses, with an estimated cost ranging from $100,000 to $250,000. Contractors will be responsible for managing all aspects of the project, including labor and materials, while adhering to federal regulations and safety standards. Interested bidders must submit sealed bids by the specified deadline, and work is expected to commence following award notification, with a performance period from February 1, 2025, to April 30, 2025. For further inquiries, Lynn Hults can be contacted at lynn.hults@usda.gov or by phone at 912-464-9723.
    Construction of Sugarcane Greenhouses - USDA, ARS, Southeast Area, Houma, LA
    Buyer not available
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking contractors for the construction of sugarcane greenhouses in Houma, Louisiana. The project requires the contractor to provide all necessary labor, materials, and supplies while adhering to local, state, and federal regulations, as well as ARS Facilities and Design Standards. This initiative is crucial for advancing agricultural research and development, particularly in the field of sugarcane cultivation. Interested parties should contact Shalunda Mix at shalunda.mix@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines, with the presolicitation notice indicating a focus on quality work and safety standards throughout the project lifecycle.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project, categorized under NAICS code 236220 for Commercial and Institutional Building Construction, aims to enhance facilities at the Sierra National Forest, specifically focusing on the Trimmer Work Center Barracks Phase 2. The total estimated value of the contract exceeds $10 million, highlighting its significance in supporting federal disaster recovery and construction efforts. Interested contractors should note that the deadline for submitting Requests for Information (RFIs) has been extended to February 18, 2025, with proposals due by March 11, 2025. For further inquiries, potential bidders can contact Matthew Killian at matthew.killian@usda.gov.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking a qualified contractor to serve as a Pest Control Service Advisor/Manager for its facilities in Albany, California. The contractor will provide essential pesticide advisory and supplemental spraying services for various plant species, including tomatoes, wheat, and maize, while addressing threats from fungal, bacterial, and viral pathogens, as well as insect pests. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested parties should contact Shelley C Steen at shelley.steen@usda.gov or call 510-559-6350 for further details, as the contract includes a base year and four option years with specified service hours and invoicing requirements.
    USDA Dairy Forage Research Center (DFRC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin. The project aims to support the USDA Agricultural Research Service's mission by providing state-of-the-art facilities for dairy research, accommodating up to 452 lactating cows and 144 calves across 18 interconnected buildings, with an estimated budget between $25 million and $100 million. This initiative is crucial for advancing agricultural research and enhancing dairy production practices, reflecting the government's commitment to improving agricultural infrastructure. Interested contractors must submit their proposals by the extended deadline of February 21, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
    GAOA Scenic Byway Recreation Site Hazard Tree Removal, Sierra National Forest, California
    Buyer not available
    The United States Department of Agriculture (USDA), through the Forest Service, is seeking proposals from qualified small businesses for the GAOA Scenic Byway Recreation Site Hazard Tree Removal project located in the Sierra National Forest, California. The project involves the removal of hazardous trees and site preparation within campgrounds, boat launches, vistas, rest stops, and trails, particularly in areas affected by the 2020 Creek Fire, to facilitate future infrastructure reconstruction for public use. This initiative is crucial for ensuring the safety and accessibility of recreational sites while protecting various environmental resources. The estimated project cost ranges from $500,000 to $1,000,000, with the solicitation expected to be posted on SAM.gov around February 14, 2025. Interested firms should contact Clement Bucher at clement.bucher@usda.gov or 301-800-8610 for further information and are encouraged to register on SAM.gov to access the formal solicitation upon its release.
    A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-IITF Research Stations 2024
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small business architect-engineer (A&E) firms for the 2024 Shortlist for the Southern Research Station (SRS) and Pacific Northwest Research Station (PNW) projects. The procurement aims to establish a Short Selection Database for contracts valued under $250,000, covering a range of engineering services including surveying, construction inspection, and environmental assessments across multiple states and territories. This initiative is crucial for enhancing ecosystem management and sustainability within the USDA's operational areas, with an average of 20 projects expected to be executed annually from this database. Interested firms must submit their qualifications, including a cover letter, A&E Submittal Cover Sheet, current SAM registration, and SF330 forms by March 15, 2024, to Cynthia Granderson at cynthia.granderson@usda.gov, with a cc to Steven Alves at steven.alves@usda.gov.
    Y1DB--Amendments to remove PLA language from solicitations per Class Deviation
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the design and construction of a new Animal Research Building at the Sepulveda Ambulatory Care Center in North Hills, California. This project aims to replace two seismically deficient buildings (47 and 103) with an estimated budget between $20 million and $50 million, structured in a two-phase procurement process that begins with a Request for Qualifications (RFQ). The selected Design-Build Team will be responsible for all aspects of the project, including compliance with seismic standards and minimal disruption to the operational medical center. Contractors must submit their qualifications by February 24, 2025, with the anticipated contract award by June 2025. For further inquiries, interested parties can contact Contracting Officer Ferdinand Gawaran at ferdinand.gawaran@va.gov or by phone at 707-227-8342.
    Replace Plenum Caps on Roof Fan Exhaust-HOUMA LA.
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors to replace plenum caps on roof fan exhaust systems located in Houma, Louisiana. This procurement is part of a total small business set-aside initiative, aimed at ensuring that small businesses can participate in the bidding process for this maintenance and repair work related to refrigeration and air conditioning equipment. The successful contractor will play a crucial role in maintaining the operational efficiency and safety of the facility's HVAC systems. Interested parties should reach out to Huron W. Virden at huron.virden@usda.gov for further details regarding the submission process and any deadlines associated with this opportunity.
    USDA, APHIS seeking hangar space in Elko, NV
    Buyer not available
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking to lease hangar space at the Elko Regional Airport in Elko, Nevada. The procurement requires a space ranging from 1,000 to 4,000 square feet, with a full lease term of five years and a firm term of two years, adhering to government standards for fire safety, accessibility, and sustainability. This opportunity is crucial for supporting USDA operations, ensuring compliance with federal regulations, and maintaining operational efficiency. Interested parties must submit their offers by March 3, 2025, with an estimated occupancy date of May 1, 2025. For further inquiries, contact Brenda Santelman at brenda.k.santelman@usda.gov or by phone at 612-336-3231.