Cable Replacement, Splicing, and Testing
ID: 12505B25R0008Type: Solicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

MAINTENANCE OF LABORATORIES AND CLINICS (Z1DB)

Set Aside

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

    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for a project involving cable replacement, splicing, and testing at the National Center for Animal Health in Ames, Iowa. The project requires the contractor to repair 15KV cables, including splicing and installation of new cables, while adhering to safety regulations and completing the work within a 90-day timeframe following the notice to proceed. This procurement is significant as it ensures the operational integrity of critical electrical systems at a federal facility, with an estimated construction cost ranging from $25,000 to $100,000. Interested small business contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with all inquiries directed to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures for completing the Construction Progress and Payment Schedule (Form ARS-371) required by the U.S. Department of Agriculture's Agricultural Research Service. This form is essential for contractors, as it must be submitted within 14 calendar days post-receipt of the Notice to Proceed. It is necessary even when no partial payments are requested. When payments are requested, an approved Form ARS-371 must accompany the Payment Request (Form ARS-372). Key sections include detailed instructions for filling out the form, which involves specifying the contract number, amount, starting and completion dates, project location, contractor’s details, and a breakdown of each work branch by dollar value and percentage. The contractor must sign the form, after which the Contracting Officer provides approval. This process assures transparency and accountability in managing federal construction projects, maintaining standards for proper reporting and documenting progress.
    The document is a "Contractor's Request for Payment Transmittal" form, which is essential for processing partial or final payments to contractors working under federal contracts. It outlines the contractual financial details, including the original contract amount, adjustments due to change orders, and the total adjusted contract price. The form requires contractors to detail the value of work completed and materials stored at the project site, leading to a calculation of the net amount due for payment. Key components include the contractor’s certification of compliance with payment terms and conditions, assurance that all payments to subcontractors will be fulfilled, and the signatures of authorized representatives and project managers confirming the payment request. This document plays a crucial role in the context of government RFPs and grants, ensuring compliance with fiscal responsibilities and transparency in payments related to government-funded projects. It serves to streamline the payment process while verifying that work aligns with contract specifications and financial obligations are met.
    The Past Performance Evaluation Sheet is a critical component for contractors responding to government RFPs. It requires contractors to submit detailed information about previous contracts, emphasizing the importance of demonstrating reliable past performance. Each submission must include the contractor's name, contract details such as identifying numbers, descriptions of services provided, contract values, performance periods, and the locations where the services were executed. Additionally, it mandates the provision of a current point of contact (POC) from the respective government agency for verification and comments. If applicable, contractors must explain any received Cure Notices or Show Cause letters, outlining corrective actions taken. This structured approach underscores the government's expectation for contractors to showcase their experience and compliance, aiding in decision-making for future contracts. The document emphasizes the contractor's responsibility in obtaining the necessary verification from the government contacts. Overall, it serves as a vital tool in evaluating contractor qualifications and assessing their capacity to fulfill government contracts efficiently.
    This government solicitation (No. 12505B25R0008) involves a project for cable replacement, splicing, and testing at the National Center for Animal Health in Ames, Iowa. The estimated construction cost ranges from $25,000 to $100,000, with the project set aside for small businesses under the NAICS code 238210. The contractor is required to complete the work within 90 calendar days of receiving the notice to proceed. All contractors must be qualified, OSHA-trained, and adhere to safety standards. The work involves obtaining necessary permits and ensuring that all construction materials meet USDA bio-preferred product standards. The contractor must submit sealed bids and is responsible for the management of the entire project, including employee conduct and qualifications. Performance bonds will be required, and strict guidelines for inspection, acceptance, and invoicing are outlined. The solicitation also highlights compliance with various federal regulations regarding labor standards and environmental considerations. Overall, this document serves as a formal request for proposals to carry out critical improvements at a federal facility, emphasizing the necessity for compliance with industry standards and regulations to ensure safety and effectiveness in public service projects.
    The document pertains to the amendment of solicitation number 12505B25R0008, issued by the USDA ARS for the project titled "Cable Replacement, Splicing, and Testing." It details the requirements for acknowledging the amendment prior to the specified deadline to prevent rejection of offers. Specifically, it notes that a bid bond is not necessary; however, a payment bond is required if the award exceeds $35,000. The amendment incorporates questions and answers received by January 27, 2025, and confirms that all other terms and conditions of the solicitation remain unchanged. The period of performance for the contract is established from February 17, 2025, to May 16, 2025. This document exemplifies standard procedures in federal procurement, emphasizing formal communication and compliance requirements for contractors involved in federal projects.
    The document outlines an amendment to solicitation number 12505B25R0008 issued by the USDA ARS in Peoria, Illinois. It primarily serves to notify contractors of a change in the site visit date from January 21, 2025, to January 23, 2025, at 1:00 PM CST. The amendment emphasizes the importance of acknowledging receipt of the amendment through specified methods to avoid rejection of offers. It reiterates that all other terms and conditions remain unchanged, and defines the period of performance from February 17, 2025, to May 16, 2025. The document is structured formally, detailing instructions for acknowledgment, modifications, and administrative changes, indicative of standard government procurement procedures. This amendment is essential in managing communication and contractual obligations among government agencies and contractors.
    The project outlined in the Statement of Work (SOW) aims to repair 15KV cables at the USDA National Centers for Animal Health (NCAH) facility in Ames, IA. The repair involves splicing, T-tapping, and installation of three 500MCM 15KV cables between manhole 5 and the MV switch at building 7, necessitated by a fault discovered during cable testing. The contractor is expected to ensure safety by de-energizing systems and adhering to safety regulations, utilizing proper safety equipment and protective measures throughout the work. The contractor will manage tasks such as removing existing cables, performing hy-pot testing post-installation, and replacing degraded components while ensuring all work is completed safely and within a 90-day timeframe from the notice to proceed. Additionally, the location's security protocols stipulate that personnel must be U.S. citizens and will be required to sign in/out while being escorted at all times on the secure grounds of the facility. This comprehensive approach emphasizes diligent procedures aligning with federal regulations for safety and security in government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Main Ring Electrical P-F3 to P-F4 15KV Cable Installation, FESS Project 3-7-103B
    Buyer not available
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is soliciting proposals for the installation of 15KV cable between manholes F-3 and F-4 as part of the Main Ring Electrical P-F3 to P-F4 15KV Cable Installation project (FESS Project 3-7-103B) in Batavia, Illinois. The procurement requires a firm fixed price for all labor, materials, transportation, overhead, bonding, safety oversight, and equipment necessary to complete the installation, which includes extensive tasks such as cable pulling, terminations, and splices, as well as the installation of air switches. This project is significant for enhancing the electrical infrastructure at Fermilab, ensuring reliable power distribution for ongoing research activities. Proposals are due by December 11, 2025, at 4:00 PM CT, and interested subcontractors should contact Chris Daley at cdaley@fnal.gov for further details.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    59--CABLE ASSEMBLY,SPEC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of cable assemblies under the title "59--CABLE ASSEMBLY, SPEC, IN REPAIR/MODIFICATION OF." This procurement aims to ensure the operational readiness of critical communication equipment by requiring contractors to provide comprehensive repair services, including teardown and evaluation, with a specified turnaround time of 160 days. The contract will be awarded bilaterally, necessitating the contractor's written acceptance, and is set aside for small businesses, emphasizing the importance of supporting domestic suppliers in defense-related projects. Interested vendors should contact Heather R. Jones at 717-605-4866 or via email at HEATHER.R.JONES52.CIV@US.NAVY.MIL for further details and to submit their proposals.
    Bldg. 4 to Bldg. 77L Exterior Telecommunications Cable Repair
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is soliciting proposals for a Firm Fixed Price (FFP) Construction Contract to repair exterior telecommunications cables between Building 4 and Building 77L at the Philadelphia Navy Yard. This procurement is specifically aimed at small businesses, as it is a 100% Small Business Set-aside, and the work is critical for maintaining communication infrastructure at the facility. A site visit is scheduled for December 2, 2025, at 10:00 AM EST, and interested parties must submit their requests to attend by December 1, 2025, to the designated contacts, Rishi Mathur and David Rhoads, via email. For further inquiries, Rishi Mathur can be reached at rishi.m.mathur.civ@us.navy.mil or by phone at 215-600-9078.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new laboratory facility for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the construction of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA’s Research Park. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. 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, as there are no set-asides for this opportunity.
    Smokey Circle quarters 214 Floor and Roof replacement
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Financial & Restructuring Advisory and Appraisal/Evaluation Services for Loans made by the Federal Financing Bank (FFB) and guaranteed by the Rural Utilities Service (RUS) to Brazos Electric Power Cooperative, Inc..
    Buyer not available
    The Department of Agriculture, specifically the Rural Housing Service, is seeking financial and restructuring advisory and appraisal/evaluation services for loans made by the Federal Financing Bank (FFB) and guaranteed by the Rural Utilities Service (RUS) to Brazos Electric Power Cooperative, Inc. The contractor will assist in securing the RUS/FFB loan by providing services that include evaluating the assets securing the loans and conducting an in-depth financial analysis of Brazos Electric Power Cooperative, Inc. to ensure maximal recovery for RUS. This contract, currently valued at $3,899,175.81, is set to be modified to increase its total value to $4,049,175.81. Interested parties can reach out to Jerrod Schleis at Jerrod.Schleis@usda.gov for further information.
    Sam Rayburn Switchyard
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.