12905B25R0002 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
ID: 12905B25R0002Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

CONSTRUCTION OF WATER SUPPLY FACILITIES (Y1NE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0003 to RFP 12905B25R0002 for Water Well Repair in Duboise, ID, has been issued to extend the closing date and modify the scope of work. The purpose of this amendment is to accommodate the volume of Contractor RFIs received, pushing the RFP closing date from July 16, 2025, to October 2, 2025, at 5:00 PM MDT. Additionally, the amendment des-copes certain work and allows for modifications to drawings and specifications. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on their offer, or sending a separate communication referencing the solicitation and amendment numbers.
    The document is an amendment (00003) to Request for Proposal (RFP) number 12905B25R0002 concerning water well repair in Duboise, Idaho. The amendment primarily aims to extend the closing date of the proposal from July 16, 2025, to October 2, 2025, at 5:00 PM MDT due to the volume of Contractor RFIs received, allowing additional time for responses to be compiled. Additionally, it provides for de-scoping certain work and permits modifications to the accompanying drawings and specifications. The amendment emphasizes that all terms and conditions of the original solicitation remain unchanged, apart from the specified adjustments. The document follows a structured format, detailing necessary acknowledgement of the amendment and requirements for submitting changes to proposals. Overall, this amendment illustrates a governmental process to ensure transparency and responsiveness to contractor inquiries while adhering to established procurement regulations.
    Amendment 01 to solicitation 12905B25R0002 revises the response date on the SF1442, changing it from May 23, 2025, to June 30, 2025. This amendment, issued by USDA ARS PWA AAO ACQ/PER PROP, ensures that potential offerors have adequate time to acknowledge and submit their proposals. All other terms and conditions of the original solicitation remain unchanged. The purpose of this modification is to correct a critical date, thereby allowing for proper adherence to the solicitation's timeline. This adjustment is crucial for maintaining the integrity and fairness of the bidding process.
    Amendment 00003 to RFP 12905B25R0002, concerning Water Well Repair in Duboise, ID, has been issued by USDA ARS Acquisition and Property D. The primary purpose of this amendment is to extend the closing date for proposals from October 2, 2025, to November 6, 2025, at 5:00 PM MDT, due to a high volume of Contractor RFIs. Additionally, the amendment aims to de-scope certain work and allow for modifications to the project's drawings and specifications. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their proposals are considered.
    Amendment 00002 to RFP 12905B25R0002 for Water Well Repair in Duboise, ID, primarily extends the offer closing date from June 30, 2025, to July 16, 2025, at 5:00 PM MDT. This extension is due to the volume of Contractor RFIs received, allowing time for responses to be compiled. Additionally, the amendment seeks to determine if further in-scope requirements need to be integrated into the scope of work. A significant administrative change relocates the contracting office to USDA ARS Acquisition and Property D, 5601 Sunnyside Avenue, RM 3-2102, Beltsville, MD 20705. All other terms and conditions of the original solicitation remain unchanged.
    RFP 12905B25R0002, Amendment 00004, for Water Well Repair in Duboise, ID, has been updated. This amendment extends the proposal closing date from November 6, 2025, to January 30, 2026, at 5:00 PM MDT, due to a federal government shutdown. Additionally, the scope of work will be de-scoped to allow for modifications to drawings and specifications once the federal government reopens. No other changes are incorporated in this Amendment 05. Offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, or by other specified methods, before the new closing date.
    This document outlines a Request for Proposal (RFP) by the USDA Agricultural Research Service (ARS) for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, ID. The project, estimated to cost between $1,000,000 and $5,000,000, requires the contractor to provide all labor, materials, and equipment. Key requirements include drilling a new well, demolishing existing infrastructure, installing new piping and electrical connections, and implementing a SCADA system. Optional line items include further drilling depth, tank upgrades, and demolition of the existing well. The period of performance is 365 calendar days from the notice to proceed. Proposals are due by May 23, 2025, and contractors must adhere to specific bonding, biobased product usage, permit, safety, and invoicing requirements through the IPP system. The RFP also incorporates various FAR clauses, emphasizes adherence to schedules, and details post-award conference procedures.
    This document is an amendment to solicitation number 12905B25R0002 issued by the USDA ARS. Its primary purpose is to correct the submission deadline for offers, changing it from May 23, 2025, to June 30, 2025. It outlines the procedures contractors must follow to acknowledge receipt of the amendment, emphasizing the requirement for acknowledgment to avoid potential rejection of offers. The document also states that other terms remain unchanged unless specified. It highlights that responses can be submitted via different methods, including letter or electronic communication, as long as they reference the solicitation and amendment. The amendment reflects standard contractual procedures within federal procurement processes. This change signifies the government's intent to maintain clarity and accountability in its contracting practices.
    This document is Amendment 00002 to solicitation RFP 12905B25R0002 regarding the Water Well Repair project in Duboise, ID. It serves several purposes: primarily, it extends the closing date for offers from June 30, 2025, to July 16, 2025, at 5:00 PM MDT, in light of the contractor RFIs received. Additionally, it addresses potential in-scope requirements and changes the administrative contracting office to the USDA ARS Acquisition and Property Division in Beltsville, MD. Offerors must acknowledge receipt of this amendment by including it with their submissions or through a separate communication. No other alterations were made in this amendment. The document underscores the importance of adhering to the new submission timeline and communication protocols, ensuring compliance and facilitation for prospective contractors involved in the project.
    The USDA Agricultural Research Service (ARS) is inviting proposals for a construction project aimed at repairing a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The contract is expected to range between $1,000,000 and $5,000,000, with a completion timeframe of 365 days following the issuance of a Notice to Proceed. Contractors are required to submit proposals by June 30, 2025, including all necessary labor, materials, and compliance with current codes. The work scope includes well drilling, demolition of existing systems, power connections, and installation of a SCADA system, as per detailed specifications. Proposals should be thorough, addressing all specified items, and must comply with bonding and safety requirements, including worker qualifications under OSHA standards. Additionally, biobased product usage is mandated where available. The selection process will ensure responsiveness according to federal regulations, and successful bidders will adhere to contract administration procedures. The document emphasizes the importance of safety, objectivity in contractor management, and the necessity of permits and insurance coverage, establishing a comprehensive framework for accountability and project execution.
    Form ARS-371, issued by the U.S. Department of Agriculture's Agricultural Research Service (ARS), is a mandatory Construction Progress and Payment Schedule. Contractors must submit this form within 14 calendar days of receiving a Notice to Proceed, even if partial payments are not requested. It details the project's financial and schedule breakdown, including contract number, amount, duration, start and completion dates, project name, location, and contractor information. The form requires a breakdown of work branches by dollar value and percentage, along with approximate start and completion dates for each. It must accompany all payment requests (ARS Form 372), with columns E, F, and G updated to reflect completed work. The contractor's signature and the contracting officer's approval are required, with an approved copy returned to the contractor.
    The USDA-ARS Form ARS-372, "CONTRACTOR'S REQUEST FOR PAYMENT TRANSMITTAL," is a standardized document used by contractors to request partial or final payments for federal contracts. It details financial aspects such as original contract amounts, change orders, total adjusted contract prices, value of work completed, and materials stored on-site. The form includes a section for calculating the net amount due to the contractor for the current payment. A critical component is the Contractor's Progress Payment Certification, where the contractor certifies that the amounts requested comply with contract terms, previous payments to subcontractors and suppliers have been made, and no amounts are being withheld from subcontractors. The form requires signatures from the contractor's authorized representative and relevant government personnel (EPM, COR, CM, or A-E) for recommendation and concurrence. This ensures accountability and adherence to contract specifications and federal payment regulations.
    This document is a Request for Information (RFI) for the "Water Well Repairs" project (Project Number: 12905B25R0002) at the USDA-ARS-PWA Range Sheep Production Efficiency Research Center in Dubois, ID. It outlines the requirements for contractors submitting questions or clarification requests, emphasizing the need to specifically identify relevant sections of the solicitation, specifications, or drawings. Failure to comply may delay government responses. All replies will be issued via Solicitation Amendment by the Contracting Officer, and offerors are responsible for retrieving and acknowledging all amendments. Questions should be sent via email to theodore.blume@usda.gov with the subject line including the project number and "RFI#___". The RFI also includes fields for the RFI number, date, specific references, information needed, and details of the submitting party.
    RFP #12905B25R0002, issued by USDA-ARS-PWA RSPERC Dubois ID, includes Attachment VI, a Past Performance Questionnaire (PPQ). This document requires contractors to complete Section 1 with company and project details, then forward it to their clients. Clients (Technical POC and Contracting POC) are responsible for completing Section 2, which involves rating the contractor's performance across various categories such as technical performance, quality of work, schedule, cost, risk identification, and willingness to rehire the company. Completed PPQs must be emailed to theodore.blume@usda.gov by February 19, 2025. This process ensures a comprehensive evaluation of past performance for the USDA-ARS-PWA RSPERC Dubois ID project.
    The document outlines the construction progress and payment schedule form ARS-371 required by the U.S. Department of Agriculture's Agricultural Research Service (ARS). It serves to track the completion of contracted work and manage payment requests. Contractors must submit this form within 14 days following the notice to proceed, detailing a breakdown of work valued in monetary terms and the corresponding percentages related to total project scope. Key components include specifying the contract number, project location, contractor details, and a timeline with start and completion dates for various project segments. Signatures from both the contractor and contracting officer are required for approval. The form is essential for ensuring accurate documentation and compliance with federal grant and RFP guidelines, facilitating transparency and accountability in government-funded projects. Overall, it emphasizes the procedural aspects crucial for managing federal contracts effectively.
    The document outlines procedures for contractors submitting requests for payment under a federal contract, specifically focusing on progress and final payment transmittals. It includes sections for contractors to detail contract amounts, changes, total adjustments, and values of completed work and stored materials. The form emphasizes maintaining compliance with subcontracting payment requirements and includes certifications by the contractor's authorized representative, project management (EPM), and other oversight personnel. The objective is to ensure accountability in payment processes and adherence to contract specifications. The structure supports clarity in payment requests, ensuring that amounts requested are justified and align with contractual terms while facilitating transparency and accuracy in financial transactions related to federal projects.
    The document is a Request for Information (RFI) related to a project titled "Water Well Repairs" at the USDA-ARS-PWA Range Sheep Production Efficiency Research Center in Dubois, Idaho. It emphasizes the importance of thoroughly reviewing all project-related documents before submitting any inquiries or requests for clarification. Contractors are required to specify the relevant sections or drawings when posing questions, as the Government will not respond to queries that do not meet this requirement. All responses to submitted questions will be disseminated through a Solicitation Amendment by the Contracting Officer, and contractors must ensure they retrieve and acknowledge any amendments. The RFI aims to facilitate communication between the Government and contractors, ensuring clarity and proper adherence to bidding processes for the water well repairs project.
    The document outlines the requirements for a Past Performance Questionnaire (PPQ) as part of Request For Proposal (RFP) # 12905B25R0002 by the USDA-ARS-PWA in Dubois, ID. Contractors must fill out specific sections with details about their company, project names, support provided, performance periods, and financial information. They are instructed to send the PPQ to their clients for completion, emphasizing a deadline by which their clients must submit the completed forms back to USDA. The document consists of two sections: Section 1 for contractors to provide company information and Section 2 for the client’s technical and contractual performance ratings. Ratings cover various aspects including overall technical performance, quality of work, schedule and cost performance, and whether the client would re-engage the contractor. This PPQ facilitates the USDA’s assessment of contractor capabilities and past performances, essential for federal grant and RFP evaluation processes. Thus, the document serves a critical role in enhancing transparency and accountability in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    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.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Santa Fe Water System Upgrades project, which involves the replacement of three drinking water systems at high-use recreation sites in Pecos, New Mexico. The project requires the provision of all labor, materials, and equipment necessary for trenching, installing water lines, constructing pump houses, and integrating water system accessories, with an estimated contract value between $500,000 and $1,000,000. This initiative is crucial for ensuring safe drinking water access at the Jacks Creek Campground, Field Tract Campground, and Panchuela Administrative Site, enhancing the overall visitor experience in the area. Interested contractors must submit their proposals by 3:30 PM PST on December 9, 2025, and are encouraged to contact Blaine Greenwalt at blaine.greenwalt@usda.gov for further information.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    CON ENG Bearlodge Shop Sewer Repair
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.