Clinic Floor Replacement, Ames IA
ID: 12905B24Q0207Type: Solicitation
Overview

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

FLOOR COVERINGS (7220)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting bids for the replacement of flooring at the National Animal Disease Center in Ames, Iowa. The project involves removing existing vinyl wall base plates and carpet tiles, preparing the surfaces, and installing new vinyl composite tiles in various clinic areas, including the waiting room and nurse's office. This renovation is crucial for maintaining operational efficiency and ensuring compliance with federal standards in a facility dedicated to animal health research. Interested contractors must submit their bids by September 11, 2024, and can direct inquiries to Robert Skipper at robert.skipper@usda.gov or Theodore Blume at Theodore.Blume@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a construction contract issued by the USDA Agricultural Research Service for the replacement of a greenhouse roof at the National Animal Disease Research Center in Ames, IA. The project, with an estimated value between $25,000 and $100,000, requires the contractor to provide all necessary labor, materials, and supervision, with a completion timeframe of approximately 90 days post-award. Bids are invited through a sealed bid process, with a due date for offers set for September 11, 2024. Key requirements include compliance with the Federal Acquisition Regulation (FAR), the necessity of performance and payment bonds for projects exceeding $150,000, and adherence to safety and environmental regulations, including the use of biobased products where feasible. The solicitation emphasizes the importance of detailed documentation, such as as-built drawings and maintenance manuals post-completion. Overall, this construction contract aims to enhance operational facilities while ensuring regulatory compliance and project efficiency.
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) has issued Form ARS-371, a Construction Progress and Payment Schedule, to facilitate the management of construction contracts. This form must be submitted within 14 calendar days following the Notice to Proceed and is essential for both tracking progress and processing partial payments. The contractor must provide a detailed breakdown of each work branch, specifying the dollar value and percentage of work completed, along with approximate start and completion dates. Each form submission requires the contractor's signature and subsequent approval from the Contracting Officer. This process is designed to ensure clear communication of project milestones and uphold accountability in federal contracting, emphasizing careful monitoring of agricultural research and related construction efforts. Compliance with these procedures helps maintain project timelines and budgetary constraints, reflecting the Department's commitment to efficient government operations in the agricultural sector.
    The document serves as a Request for Payment Transmittal for contractors under federal contracts, specifically for the USDA-ARS. It outlines the necessary details for processing a payment request, including sections for contract amounts, change orders, work completed, and materials stored at the site. Key components include a certification by the contractor affirming compliance with contract terms, confirmation that all due payments to subcontractors have been made, and assurance that no amounts are retained from subcontractors without basis. The document requires signatures from the contractor's authorized representative and other overseeing officials, further establishing the chain of accountability for the progress payment. This structure ensures transparency and adherence to financial regulations pertinent to federal and state contracts, supporting timely and accurate payment processes as per the obligations of the parties involved.
    The document is a Request for Information (RFI) related to a federal project for the replacement of flooring at the MWA National Animal Disease Center in Ames, Iowa. It outlines the requirements for contractors seeking clarification or asking questions about the project. Contractors must refer specifically to the relevant sections of the solicitation or drawings when submitting inquiries to ensure timely responses. All submitted questions will be addressed through solicitation amendments issued by the Contracting Officer. Offerors are also responsible for retrieving and acknowledging these amendments. The project is formally designated as "Clinic flooring replacement," and the key contact for this RFI is Robert Skipper from the USDA/ARS/PWA. The file emphasizes the need for clear communication and adherence to submission guidelines for effective collaboration between contractors and the government.
    The document outlines wage determinations and compliance guidelines for building construction projects in Story County, Iowa, under the Davis-Bacon Act. It specifies minimum wage requirements for contractors based on Executive Orders 14026 and 13658, with a 2024 minimum wage of $17.20 per hour for contracts initiated after January 30, 2022, and $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. The document provides current wage rates for various construction classifications, including union and survey rates, and details on additional employee protections such as paid sick leave. It also outlines the appeals process for wage determination disputes. This guidance is essential for contractors to ensure compliance with federal labor standards in governmental contracts, promoting fair pay and worker rights in the construction industry. The structure includes wage rates, explanations of classifications, and the administrative process for wage determination appeals.
    The project outlined in the Statement of Work (SOW) focuses on replacing the aging carpet tile flooring in the USDA National Center for Animal Health's clinic located in Building 20, Ames, IA, with vinyl composite tiles. The scope includes the removal of existing carpets and wall base, preparation of the surfaces, and installation of new flooring and base plates. Essential tasks involve waste disposal and safety plans, with a strict timeline to ensure minimal disruption to clinic operations, particularly targeting completion from October 13-18, 2024. Contractors are required to familiarize themselves with existing site conditions before submission and must adhere to strict safety and environmental standards throughout the project. Coordination is essential to maintain clinic functions during renovations, and specific measures for waste recycling and site cleanliness must be implemented. Submittals for materials must be provided for review, and all work should conform to applicable regulatory requirements. The project underscores the USDA's commitment to maintaining operational efficiency while renovating its facilities in compliance with federal standards.
    The Agriculture Research Service's National Centers for Animal Health is focused on advancing research pertinent to animal health and safety. The document outlines the estimated requirements for funding and resources necessary to support various projects within the centers. This includes developing methods for the prevention of diseases affecting livestock, promoting animal welfare, and ensuring the food supply chain remains secure. The initiative is critical for addressing emerging health concerns in animal populations, which can have broader implications for public health and food security. The funding solicitation emphasizes collaboration with private and public sectors to enhance research outcomes and encourages proposals that align with strategic objectives aimed at protecting animal health. Overall, the document underscores the federal commitment to bolster animal health research through targeted investments and partnerships.
    The USDA Consolidated Laboratory Facility document outlines specifications for resilient flooring and accessories. It includes references to ASTM standards concerning various aspects of flooring materials, such as composition, installation, and quality testing. Key fire resistance requirements mandate a minimum critical radiant flux for flooring in corridors and exits. It stipulates submission processes for product data, samples, and installation instructions, all requiring government approval. The document also details environmental and storage conditions for materials before and during installation, emphasizing temperature and humidity control. Specific product requirements are described, including vinyl composition tile, resilient base, and recommended adhesives that comply with local air quality standards. The installation process mandates surface preparation, moisture testing, and specific methods for placing flooring, molding, and wall bases. Additionally, post-installation cleaning, protection against damage, and the provision of extra materials are required. Overall, the document serves as a comprehensive guideline for contractors to follow when providing and installing resilient flooring in compliance with federal standards and environmental regulations, ensuring safety, quality, and performance in the project's execution.
    The Past Performance Questionnaire (PPQ) is a crucial component of the Request For Proposal (RFQ) #12905B24Q0207 issued by USDA-ARS-PWA for a clinic floor replacement project in Ames, IA. The PPQ requires contractors to furnish specific details about their company and projects undertaken, including client contact information and the nature of services provided. Contractors must ensure that their clients complete the questionnaire and submit it to USDA by a specified deadline. The document is structured in four main sections: contractor information, client rating of contractor performance across various metrics, contracting office details if applicable, and a final rating summary. Key areas rated by clients include overall technical and quality performance, schedule performance, cost management, risk response capabilities, and the likelihood of choosing the contractor again. In essence, the PPQ serves to evaluate and validate a contractor's past performance, thereby influencing their eligibility for future contracts under federal, state, or local RFPs. This evaluation process is essential for maintaining standards of quality and efficiency in government-funded projects.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Animal and Plant Health Inspection Service (USDA APHIS), is soliciting proposals for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. The project involves extensive renovations to an 8,000 GSF facility, which includes administrative offices and laboratory spaces, with a focus on maintaining continuous laboratory operations throughout the construction process. This initiative is crucial for enhancing the facility's capabilities and ensuring compliance with federal safety and operational standards, with an estimated contract value between $5 million and $10 million. Interested small business contractors must submit their proposals by October 11, 2024, and can direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    Dental Flooring Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting bids for a dental flooring project at the Naval Health Clinic Patuxent River, under Solicitation ID 12144146. This procurement involves the supply and installation of various flooring materials, including sheet vinyl, welding rods, vinyl adhesive, metal thresholds, and carpet tiles, specifically targeting small businesses under NAICS code 238330. The initiative underscores the government's commitment to maintaining and enhancing healthcare facilities for military personnel and their families. Proposals are due by September 27, 2024, at 1300 EST, and interested contractors should contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.mil for further information.
    IDAHO PANHANDLE NF CDA NURSERY WINDOW REPLACEMENT
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the replacement of windows in seven buildings at the Coeur d'Alene Nursery located in Idaho Panhandle National Forest. The primary objective of this project is to enhance energy efficiency and reduce heating and cooling costs by replacing outdated windows originally installed between the 1960s and 1980s. This initiative is crucial for modernizing federal facilities and promoting sustainable practices within government operations. Interested contractors must submit their bids by September 26, 2024, with a contract value estimated between $25,000 and $100,000, and work is expected to commence no earlier than October 25, 2024, continuing until October 24, 2025. For further inquiries, potential bidders can contact Daniel Franco at daniel.franco@usda.gov or Michael Dobler at Michael.Dobler@usda.gov.
    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.
    72--Carpeting for OAP/PMD offices at William Jefferson Clinton Federal South buildi
    Active
    Environmental Protection Agency
    The U.S. Environmental Protection Agency (EPA) is seeking a contractor for the acquisition and installation of carpeting in the William Jefferson Clinton Building South, specifically in rooms 5142, 5148, and 5149. The project involves the removal of existing carpet tiles and the installation of new carpet tiles without the need to move office furniture, ensuring minimal disruption during normal operating hours. This procurement is crucial for maintaining a functional and aesthetically pleasing office environment, with specific requirements for the carpet tiles including sustainability certifications and a minimum yarn weight. Interested vendors should submit their capability statements or proposals by September 23, 2024, with the estimated award date set for October 15, 2023. For further inquiries, Amber Hawkins can be contacted at Hawkins.Amber@epa.gov or by phone at 513-487-2126.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, Animal and Plant Health Inspection Service, for a multiple-award firm fixed-price, Blanket Purchase Agreement (BPA) commercial supply contract to obtain Theileria equi and Babesia caballi test kits. The test kits are used for in vitro diagnostic purposes and are typically used to detect and diagnose Theileria equi and Babesia caballi infections in animals. The BPA will be for 5 years with an estimated quantity of 400 test kits per year. This procurement is set aside for small businesses and will be issued on or about 01/19/2024. Interested parties should monitor the site for the solicitation and amendments. For more information, contact Mario Garcia, Contract Specialist, at mario.garcia2@usda.gov.
    IDIQ for Abatement & Remediation Services
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.
    Construction of a Headhouse and Greenhouse at the University of Nebraska-Lincoln, Lincoln, NE.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the construction of a headhouse and greenhouse at the Nebraska Innovation Campus (NIC) located at the University of Nebraska-Lincoln in Lincoln, NE. This project involves a fully-designed construction contract that adheres to FAR Part 36, aiming to enhance research and development capabilities in agricultural sciences. The solicitation is open to both large and small businesses, with a submission deadline set for October 21, 2024, at 10:00 AM. Interested contractors can direct inquiries to Adam Beaver via email at adam.l.beaver@usace.army.mil or by phone at 402-995-2484, and are encouraged to review the project specifications and amendments available through the provided links.
    Z2DA--Montana VA Surgical Suite Floor Renovation Project: 436-24-121
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Surgical Suite Floor Renovation project at the Montana VA Health Care System, specifically to replace the flooring in the surgical suite located on the second floor. The project involves removing approximately 4,000 square feet of existing vinyl sheet flooring and installing a new VA-approved high build glazed epoxy coating to enhance infection control and safety standards. This renovation is crucial for maintaining a sterile environment in healthcare facilities, ensuring compliance with regulatory guidelines. The estimated project cost ranges between $500,000 and $1,000,000, with proposals due by September 23, 2024, and a non-mandatory pre-bid site visit scheduled for August 29, 2024. Interested contractors should contact Contract Specialist Jesus A. Villegas at jesus.villega@va.gov or 303-712-5833 for further details.