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
  1. 1
    Posted Nov 8, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 8, 2024, 12:00 AM UTC
  3. 3
    Due Nov 22, 2024, 9:00 PM UTC
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 growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This remodel is crucial for enhancing research capabilities and ensuring compliance with USDA standards for scientific environments. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with prior registration required. For further inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.

Point(s) of Contact
Mr. Lam Pham
lam.pham@usda.gov
Files
Title
Posted
Apr 21, 2025, 9:05 PM UTC
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 New LED lighting will replace outdated fluorescent fixtures, and all materials must meet USDA standards.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.
Apr 21, 2025, 9:05 PM UTC
Apr 21, 2025, 9:05 PM UTC
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.
Apr 21, 2025, 9:05 PM UTC
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.
Nov 8, 2024, 11:05 PM UTC
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
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The procurement involves comprehensive landscaping maintenance, including scheduled visits for tasks such as edging, trimming, and weed control, with an emphasis on maintaining a well-groomed appearance and compliance with federal, state, and local regulations. This initiative is crucial for enhancing the aesthetics and functionality of the USDA's facility, ensuring a safe and appealing environment for its operations. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to Lam Pham at lam.pham@usda.gov. The solicitation number is 12905B25Q0042, and the contract period is set from May 14 to August 14, 2025, with additional options for extended service.
New Farm Storage Building (Kimberly, ID)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the construction of a New Farm Storage Building at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project entails constructing a heated, insulated pre-engineered steel structure approximately 40 feet by 60 feet, with an optional 1,200 square foot lean-to addition, requiring all necessary labor, materials, and supervision to meet specified plans and standards. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure, ensuring compliance with federal regulations, and promoting sustainable practices. Interested contractors must submit their proposals by May 5, 2025, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.
Pendleton Building Repairs Project A (Pendleton, OR)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the Pendleton Building Repairs Project A, located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project involves extensive renovations to multiple buildings constructed between 1970 and 1986, focusing on replacing outdated mechanical and electrical systems, modernizing architectural features, and addressing hazardous materials. This initiative is crucial for enhancing the operational efficiency and safety of the research facilities, with a contract value estimated between $500,000 and $1,000,000. Interested contractors must submit their proposals by 12:00 PM PST on May 13, 2025, and can direct inquiries to Spencer Hamilton at spencer.hamilton@usda.gov.
Pre-Solicitation Notice: Replace Propane Furnace for USDA ARS Pullman, WA
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the replacement of a propane furnace and coil with a high-efficiency model at its facility in Pullman, Washington. This project involves the removal of outdated heating systems in Buildings 105 and 143, including the installation of a ductless heat pump system and a thermostat that integrates controls for both systems, while ensuring compliance with federal, state, and local regulations. The estimated construction cost ranges between $25,000 and $100,000, and the contract will be a Firm Fixed Price Construction Contract, with the Request for Quotation (RFQ 12905B25Q00071) expected to be released around May 12, 2025. Interested contractors must monitor the SAM.gov website for updates and ensure they are registered in the System for Award Management to participate in this total small business set-aside opportunity.
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.
12905B25SS1151272 – Sources Sought for USDA ARS PWA 102 A-G Greenhouse Reglazing Prosser WA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified sources for a project involving the removal and replacement of polyacrylic glazing on greenhouses 102 A-G located in Prosser, Washington. This Sources Sought notice aims to gather information on the availability and capabilities of small businesses, including those that are HUBZone, service-disabled veteran-owned, 8(a), veteran-owned, woman-owned, or small disadvantaged businesses, to support ongoing research at the USDA-ARS-PWA IAREC facility. Interested vendors are encouraged to submit capability statements detailing their qualifications, relevant past experiences, and size standards, with the understanding that this notice does not constitute a solicitation for proposals. Responses must be submitted to Theodore Blume at Theodore.Blume@usda.gov by the specified deadline, and no proprietary information should be included in the submissions.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
RENTAL OF 230-TON CHILLER (RIVERSIDE, CA)
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the rental of a 230-ton chiller at the US Salinity Laboratory in Riverside, California. The procurement aims to address the urgent need for a replacement chiller, as the existing unit has reached the end of its operational life, posing safety risks and jeopardizing critical agricultural research during high summer temperatures. The selected contractor will be responsible for delivering, installing, and deinstalling the chiller, as well as providing operational training to USDA personnel, with the rental period set from June 1, 2025, to February 28, 2026. Interested parties must submit their quotes electronically to Spencer Hamilton at spencer.hamilton@usda.gov by 12:00 p.m. Pacific Time on May 12, 2025, following the guidelines outlined in the RFQ documentation.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
Direct Management Systems Building Automation Preventative Maintenance/Repair
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the Direct Management Systems Building Automation Preventative Maintenance and Repair at the Appalachian Fruit Research Station in Kearneysville, West Virginia. The contract, identified as solicitation number 12305B25Q0050, requires comprehensive preventative and emergency repair services for the Building Management Systems, with a performance period spanning from August 1, 2025, to July 31, 2030, including four optional extension years. This procurement is critical for maintaining operational integrity and enhancing agricultural research productivity, as the contractor must be an authorized representative of Schneider Electric, capable of servicing specific software and control systems. Interested parties must submit their quotations electronically by May 7, 2025, and direct any questions to Monte Jordan at monte.jordan@usda.gov by April 30, 2025.