Autoclave Controls Replacement
ID: 12505B24R0013Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS MWA AAO ACQ/PER PROPPEORIA, IL, 61604, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the replacement of autoclave controls at the National Centers for Animal Health in Ames, Iowa. The project involves the removal of outdated components and the installation of new mechanical and electrical controls for the Tuttnauer MN 498686SP-2H autoclave, ensuring compliance with federal, state, and local regulations. This initiative is critical for maintaining the functionality and safety of essential animal health equipment, reinforcing USDA's commitment to health and safety standards in laboratory environments. Interested contractors must submit their proposals by September 16, 2024, and can direct inquiries to Joshua J. Dobereiner at josh.dobereiner@usda.gov, with an estimated contract value between $250,000 and $500,000.

    Point(s) of Contact
    Joshua J. Dobereiner
    (309) 403-3556
    (309) 681-6648
    josh.dobereiner@usda.gov
    Files
    Title
    Posted
    The U.S. Department of Agriculture's Agricultural Research Service (USDA-ARS) has established a form, ARS-371, that details the construction progress and payment schedule for contractors involved in USDA projects. This form must be submitted within 14 calendar days following the receipt of the Notice to Proceed and is mandatory regardless of whether partial payments are requested. It requires contractors to outline their work by filling in sections related to the contract number, payment amount, project timeline, and completion details. Key columns include the breakdown of the dollar value of work (Column A), the percentage of work completed (Column B), and specific start and completion dates (Columns C and D). Contractors must submit the completed form to a contracting officer for approval and retain a copy for their records. The structured requirement aims to ensure transparency and accountability in project management within federal contracts, underlining its significance in managing government RFPs, grants, and local requests for proposals effectively.
    The document outlines the process for submitting a Contractor's Request for Payment related to federal contracts. It includes essential fields such as contract details, payment periods, and calculated amounts, including the original contract amount, any changes, total adjusted prices, completed work values, and stored materials. The contractor certifies that requested payments adhere to contract terms, ensuring that all subcontractors and suppliers have been paid accordingly. The form requires signatures from the contractor's representative and relevant project management personnel to confirm the payment request's legitimacy. This structure is crucial for maintaining accountability and transparency in government contracts, ensuring compliance with federal regulations, particularly Chapter 39 of Title 31, United States Code. The document emphasizes the importance of accurate record-keeping and proper payment practices throughout the contracting process. Overall, it serves to facilitate the financial operations of contractors engaged in federal and local projects, ensuring adherence to specified terms and conditions.
    The document outlines the details and specifications for the Vivarium Autoclave Replacement project managed by the U.S. Department of Agriculture's Agricultural Research Service at the National Centers for Animal Health. Led by various engineering teams, the project encompasses the renovation of a laboratory facility focused on enhancing autoclave controls. It includes multiple drawings such as partial floor plans, foundation plans, and mechanical, electrical, and plumbing details. Key stakeholders involved in the project include designers and engineers from R.G. Vanderweil Engineers, Inc., GPR Planners Collaborative, Inc., and Fox Engineering Associates, Inc. The project emphasizes the need for compliance with regulatory standards and aims to modernize the laboratory's infrastructure. Final as-built documents are referenced, highlighting the project's timeline and completion. This initiative is part of broader efforts to consolidate and improve laboratory facilities dedicated to animal health research.
    The Past Performance Questionnaire is designed for contractors bidding on government projects, requiring detailed information about previous contracts. Contractors must fill out sections regarding their firm details, contract specifications, project relevance, and client information. The questionnaire requests evaluations from clients on six performance categories: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Pers Personnel/Labor, Cost/Financial Management, and Safety/Security, using a five-tier rating system from Exceptional to Unsatisfactory. Clients are encouraged to provide comprehensive feedback on contractual performance while identifying strengths, weaknesses, and overall satisfaction. The completed questionnaire is essential for the contractor's proposal submission, allowing contracting officers to assess performance risk and make informed decisions regarding future contracts. This document streamlines contractor evaluations, ensuring that the government can gauge contractor reliability and capability effectively.
    The Requests for Information document, solicitation number 12505B24R0013, addresses inquiries related to the procurement of an autoclave system by the federal government. The first question concerns the discontinued Tuttnauer autoclave model (MN498686SP-2H) and the request for a current model, which received a negative response. The second question inquires whether a service company can perform the required work with a control system from a different manufacturer if Tuttnauer does not participate in the bidding; the response emphasizes that proposals must align with the Statement of Work. Finally, it is asked if a statement from the other manufacturer authorizing the service company would suffice, to which the answer reiterates the necessity for adherence to the Statement of Work. Overall, the document underscores the importance of compliance with specified requirements in the procurement process, reinforcing the expectations for proposer submissions under the outlined federal solicitation.
    The project outlined in Solicitation 12505B24R0013 involves the replacement of autoclave controls in Ames, IA. The contractor is responsible for providing all necessary labor, materials, equipment, and supervision for the removal and installation of controls and the Tutnauer MN 498686SP-2H autoclave. The contract spans a total of 365 calendar days, with a requirement to complete onsite work within 90 days post-Notice to Proceed. The contractor must comply with various safety and operational standards, including obtaining required permits and managing work interruptions associated with utility shutdowns. Biobased requirements are emphasized, mandating that materials comply with USDA specifications. The document also specifies contractor responsibilities regarding personnel qualifications, conduct, and safety training, including adherence to OSHA standards. Finally, provisions for inspection, acceptance of work, and contract clauses related to performance and liability are detailed, ensuring both compliance and accountability within federal acquisition regulations.
    The government solicitation document outlines a Request for Proposal (RFP) for the replacement of autoclave controls at the National Centers for Animal Health in Ames, Iowa. The project, estimated between $250,000 and $500,000, is set aside for small businesses and follows the NAICS Code 238220. Interested contractors are required to provide comprehensive proposals that include performance bonds, adhere to federal regulations, and comply with biobased product standards defined by the USDA. The contract duration will extend for 365 calendar days post-award, with onsite work expected to complete within 90 days. Key requirements include obtaining necessary permits, managing personnel safety, and ensuring compliance with environmental regulations, while maintaining a professional job site appearance. The contractor must also document and report the use of biobased products and ensure that all materials meet quality standards. Final inspections and acceptance by the contracting officer will confirm compliance with contract specifications prior to payment processing. This procurement effort emphasizes efficient project execution, environmental responsibility, and support for small businesses within the federal contracting framework.
    This document is an amendment to a solicitation identified by the number 12505B24R0013, issued by the USDA ARS MWA ACQ/PER PROP. The amendment pertains to modifications made to the original solicitation, including the posting of a site visit sign-in sheet. The important detail is that all other terms and conditions of the original solicitation remain unchanged. The amendment requires offers to acknowledge receipt prior to the specified deadline to avoid rejection. It outlines methods for acknowledgment, emphasizes the importance of timely communication, and specifies the contract period from August 26, 2024, to August 25, 2025. This document is standardized as per governmental regulations and serves to inform contractors of changes while ensuring compliance with the associated guidelines. It highlights the procedural necessity for bidders to stay aware of updates concerning the solicitation to maintain their eligibility. The amendment reflects the diligence of the contracting office in keeping bidders informed and ensures a transparent process moving forward.
    The document serves as an amendment to solicitation number 12505B24R0013, primarily issued by the USDA ARS in Peoria, IL. The amendment outlines critical changes to the original solicitation, including the removal of the total small business set-aside, amendments to various FAR and AGAR clauses, adjustments to site visit dates, and an extension of the proposal due date to September 16, 2024. The period of performance for the resulting contract is designated from September 30, 2024, to September 29, 2025. It emphasizes the necessity for contractors to acknowledge receipt of the amendment through various specified methods, with potential rejection of offers if acknowledgments are not received in time. These amendments reflect adaptations to procurement requirements and demonstrate an ongoing commitment from the government to facilitate fair contract opportunities while ensuring compliance with federal regulations.
    The document outlines an amendment to solicitation number 12505B24R0013, issued by the USDA ARS in Peoria, Illinois. The amendment serves to post the site visit sign-in sheet for September 5 and to address responses to all requests for information received before the specified deadline. It is noted that no attendees were present at the September 4 site visit. The period of performance for the contract is established from September 30, 2024, to September 29, 2025. The document stresses that offers must acknowledge receipt of the amendment and provides guidance on how to submit such acknowledgments. Furthermore, it clarifies that all terms and conditions, aside from the amendments specified, remain intact. The amendment is critical for ensuring transparent communication and compliance in the bid process for the project at hand, reflecting the structured and procedural nature of government contracting.
    The solicitation document for the BLDG. 20 Vivarium Autoclave Controls Replacement (SOLICITATION 12505B24R0013) outlines the federal government's request for proposals related to the replacement of autoclave control systems at a specific facility. A site visit is scheduled for July 11, 2024, at 9:00 AM CDT, allowing interested parties to view the existing conditions and ask questions. The document includes contact information for two representatives from Shekar Engineering and JCI, Matthew Sundberg and Jay Jasper, respectively. Their emails and phone numbers are provided to facilitate communication with potential bidders. This RFP reflects the government's intention to upgrade vital infrastructure, ensuring operational efficiency and compliance with current standards within the facility. The document's overall aim is to invite qualified contractors to submit proposals for the project under set governmental processes.
    The document outlines a government solicitation for the replacement of autoclave controls, under solicitation number 12505B24R0013. A site visit is scheduled for September 5, 2024, at 9:00 AM CDT, for interested parties to examine the existing equipment and environment. Contact details are provided for two individuals: Marcos Fields from Washer Solutions and Matthew Sundberg from Shekar Engineery. The purpose of this solicitation is to invite bids from qualified contractors for the project, ensuring compliance with federal standards. The details emphasize the planning involved for potential vendors and highlight the importance of thorough understanding during the site visit, essential for crafting competitive proposals. Overall, the solicitation reflects the government's commitment to maintaining operational excellence through updated equipment and technologies.
    The USDA National Centers for Animal Health is soliciting the removal and replacement of autoclave controls for the Tuttnauer MN 498686SP-2H autoclave located in Ames, IA. The project involves disposing of outdated components, installing new mechanical and electrical controls, and ensuring compliance with relevant federal, state, and local codes. The contractor must demonstrate experience with Tuttnauer autoclaves, provide training for operational and maintenance procedures, and adhere to strict security and access regulations throughout the project. The project timeline allows 365 days for completion, with 90 days designated for onsite work. A one-year warranty on all components is required, ensuring they are free from defects. Safety regulations, including lock-out/tag-out procedures, confined space protocols, and hot work plans, must be followed. The document outlines various operational restrictions, coordination with government representatives, and the necessity for proper disposal of all materials. Emphasis is placed on maintaining site security and minimizing disruption to ongoing operations. This RFP represents a critical initiative in ensuring the functionality and safety of essential animal health equipment, reinforcing USDA's commitment to comply with health and safety standards in laboratory environments.
    This document outlines wage determinations for building construction projects in Story County, Iowa, in accordance with the Davis-Bacon Act and Executive Orders 14026 and 13658. It specifies that contracts initiated or renewed after January 30, 2022, must guarantee a minimum wage of at least $17.20 per hour; contracts predating this date must pay at least $12.90 unless otherwise mandated by a higher applicable rate. A detailed wage determination for various construction trades—including boilermakers, electricians, and plumbers—is provided, showcasing their specific rates and fringe benefits. The document also discusses classification identifiers (union rates, survey rates, and state-adopted rates) and the appeals process for wage determinations. Additionally, it highlights protections under Executive Order 13706, requiring paid sick leave for workers on relevant federal contracts. Overall, this document serves as a guideline for contractors and ensures compliance with prevailing wage laws for public construction projects, thereby enhancing worker rights and protections in federally funded endeavors.
    The document outlines wage determinations for a building construction project in Story County, Iowa, governed by the Davis-Bacon Act and recent Executive Orders on minimum wage. Key directives include a minimum wage of $17.20 per hour for contracts initiated or extended after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. It details various trade classifications, their corresponding wage rates, and fringe benefits across multiple labor roles, including boilermakers, electricians, and laborers. The file also explains the appeals process for wage determinations and the importance of proper classification for work performed under government contracts. Additionally, it notes that contractors are responsible for providing paid sick leave under Executive Order 13706, emphasizing worker protections in government contracting. The document ultimately serves as a guidance tool for compliance with federal wage regulations in public construction projects and outlines requirements that must be adhered to by contractors in the region.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Two Microcalorimeter Instruments
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking a contractor to provide two microcalorimeter instruments for the Environmental and Microbial Food Safety Unit located in Beltsville, Maryland. The required equipment will monitor real-time metabolic activity and biofilm formation in living organisms, analyzing small sample volumes from various sources, including environmental and food samples. This procurement is crucial for advancing food safety and microbial research through precise measurement technologies, with a focus on maintaining specific temperature parameters and providing comprehensive training for laboratory personnel. Proposals are due by September 17, 2024, at 9 AM EST, and interested parties should contact Dilynn Rogers at dilynn.rogers@usda.gov for further inquiries.
    Medical Services, Management, and Review IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for a Medical Services, Management, and Review Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive occupational health services, including medical surveillance, case reviews, and management of qualified medical providers for employees at the Beltsville, Maryland location. The services are critical for ensuring the health and safety of personnel exposed to various occupational hazards, aligning with federal health regulations and best practices in biosafety. Interested small businesses must submit their quotations by September 11, 2024, at 2:00 PM EST, to Jennifer Peterson at jennifer.l.peterson@usda.gov, with a total small business set-aside and a firm-fixed price structure for the contract.
    PLC & SCADA Upgrades
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the upgrade of its outdated Programmable Logic Controller (PLC) and Supervisory Control and Data Acquisition (SCADA) system at a fish culture laboratory in Kearneysville, West Virginia. The project aims to replace obsolete hardware and software components, ensuring continued functionality and enabling remote access, with a completion timeline of 45 days post-contract award. This upgrade is critical for maintaining efficient fish culture operations and modernizing technology to prevent system failures. Interested contractors must submit their quotes by 2:00 PM Central Time on September 20, 2024, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov.
    Incubators for OPHS
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Food Safety and Inspection Service (FSIS), is seeking quotes for the procurement of incubation chambers under Solicitation 123A9424Q0052. The requirement includes four units of a 750L glass model and one unit of a 750L solid model, designed to operate within a temperature range of 0° to 70°C, featuring stainless-steel interiors and energy-efficient Peltier technology. These incubation chambers are critical for laboratory applications, ensuring compliance with safety and quality standards in food inspection processes. Quotes are due by September 18, 2024, with questions accepted until September 13, 2024; interested parties should contact Alexis Galloway at alexis.galloway@usda.gov for further information.
    Rapiscan Service plan
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking to establish a firm-fixed-price contract for a preventative maintenance service plan for four Rapiscan Systems x-ray machines located in Manhattan, Kansas. This procurement is specifically aimed at ensuring the operational efficiency and reliability of the x-ray machines, which are critical for security and inspection purposes within the Animal and Plant Health Inspection Service (APHIS). The estimated value of this contract is below the simplified acquisition threshold, and while this notice is not a request for competitive quotes, all responsible sources are encouraged to submit responses detailing their capability to fulfill the requirements. Interested parties should direct their inquiries and submissions to Jason Wilking at Jason.l.wilking@usda.gov.
    Two Petri Film Plate Readers - RFQ
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting quotes for the procurement of two Petri Film Plate Readers under solicitation number 12505B24Q0362. The required equipment must meet specific technical specifications, including the capability to count colonies from at least 11 different plates within six seconds and compatibility with various plate types, along with management software for data reporting. This procurement is crucial for enhancing the efficiency of microbiological result interpretation within the USDA's research initiatives. Interested vendors must submit their electronic quotes by 11:59 PM CT on September 18, 2024, to Aaron Dimeo at aaron.dimeo@usda.gov, ensuring compliance with all technical requirements and the Buy American Act, as well as maintaining current registration in the System for Award Management (SAM).
    MALDI-TOF Mass Spectrometer
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    Pervical LT-41VL
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Animal and Plant Health Inspection Service (APHIS) intends to award a sole-source contract for a Percival LT-41VL low-temperature environmental chamber, along with an H15 Ultrasonic Humidifier & Dehumidifier, to be utilized at the Forest Pest Methods Laboratory in Buzzards Bay, Massachusetts. This specialized chamber is essential for conducting experiments aimed at identifying biological control agents for the invasive box tree moth, requiring precise temperature and humidity control to simulate complex environmental conditions for various insect life stages and parasitoid wasps. The total estimated value of the purchase order is $40,530, and interested parties may contact Margaux Nenichka at Margaux.G.Nenichka@usda.gov for further information, with responses due by 4:00 PM Eastern Time on September 17, 2024.
    Demolition of Programmatic Agreement Phase I Buildings at BARC in Beltsville, MD
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the demolition of 14 buildings at the Beltsville Agricultural Research Center (BARC) in Beltsville, Maryland. The project involves the demolition of five buildings as the base scope, with options for demolishing an additional nine buildings and processing hazardous materials, including asbestos and lead, while restoring the sites to their natural state. This procurement is critical for maintaining environmental safety and compliance with federal regulations, particularly concerning hazardous material management and historical preservation. Interested contractors must submit proposals by 5:00 PM ET on September 16, 2024, and can direct inquiries to Janie Roney at janie.roney@usda.gov. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 180 days for the base contract and potential extensions for optional tasks.
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the "Moore Air Base Building 6414 Electrical Upgrades - Phase 1" project located in Edinburg, Texas. This project involves the replacement of outdated electrical distribution systems, including a new service transformer, exterior main switchboard, and transfer switch, due to significant corrosion and water damage in the existing equipment. The upgrades are critical for ensuring the operational efficiency and safety of the facility's electrical infrastructure, which is essential for the USDA's ongoing activities. Interested small business contractors must submit their proposals by the specified deadline, with the project estimated to cost between $250,000 and $500,000, and a completion timeline of 120 days post-award. For further inquiries, potential bidders can contact Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.