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: Presolicitation
Overview

Buyer

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

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

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 existing non-functional 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, ensuring a high-quality environment for scientific work. Interested small businesses must submit sealed offers by January 24, 2025, with a project completion timeframe of 90 days from the Notice to Proceed. For inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.

    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 New LED lighting will replace outdated fluorescent fixtures, and all materials must meet USDA standards.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
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building and associated site utilities at the USDA-ARS Research Park in Auburn, Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) from Auburn University to the new facility, which may also include optional features such as a lab annex, greenhouse, and other related buildings. The procurement is crucial for advancing agricultural research capabilities and enhancing the USDA's operational efficiency. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, with the site visit roster already uploaded to SAM.gov.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Table-Top Free Space Measuring System - USDA-ARS Auburn AL
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA-ARS), is seeking information from qualified sources regarding a specialized Table-Top Free Space Measuring System to be utilized at the National Soil Dynamics Laboratory in Auburn, Alabama. The procurement aims to acquire a microwave instrument capable of measuring reflection and transmission data without damaging the samples, with specific requirements including a small frame for various specimen types, frequency range capabilities, and software for calculating S-parameters. This opportunity is part of a market research effort and is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and woman-owned businesses, with responses due to the primary contact, Theodore Blume, at Theodore.Blume@usda.gov. Interested vendors should submit their capability statements detailing their qualifications and relevant experience by the specified deadline.
    Peanut Standards Verification Services for USDA, AMS
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Agricultural Marketing Service (AMS), is seeking qualified firms to provide Peanut Standards Verification Services as part of a Sources Sought Notice. The primary objective of this procurement is to ensure compliance with established peanut quality and handling standards, which includes conducting audits, verifying documentation, and collaborating with USDA inspection services and the FDA to maintain food safety throughout the marketing chain. This initiative is crucial for regulating the quality of peanuts produced and marketed in the United States, ensuring that only compliant products enter the human consumption market. Interested parties must respond by January 16, 2026, at 5:00 p.m. Central Time, and can direct inquiries to Matthew Phillips at matthew.phillips3@usda.gov.
    Pineville Greenhouse Transformer Replacement (LA)
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pineville Greenhouse Transformer Replacement project at the Alexandria Forestry Center in Pineville, Louisiana. The project involves replacing a failed 75 KVA ground-mounted electrical transformer, including the removal of the old transformer and concrete pad, installation of a new concrete pad, and replacement of high-voltage feed cables for two research greenhouses. This procurement is crucial for maintaining the operational integrity of the research facilities, ensuring compliance with applicable codes and standards. Interested contractors must submit their offers by December 16, 2025, at 5:00 PM EST, and are encouraged to attend a non-mandatory site visit on December 9, 2025. For further inquiries, contact Brandye Wakefield at brandye.wakefield@usda.gov or Jalisa Sims at jalisa.sims@usda.gov.