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

Buyer

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

NAICS

Flooring Contractors (238330)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
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
    Presolicitation
    Similar Opportunities
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. This project involves extensive renovations to an 8,000 GSF facility, focusing on upgrades to laboratory and administrative spaces while ensuring continuous operations during construction. The contract, estimated to be valued between $5 million and $10 million, requires compliance with federal standards, including adherence to the Buy American Act and various safety and labor regulations. Proposals must be submitted electronically by the specified deadline following a mandatory pre-proposal conference on September 19, 2024, and interested contractors can reach out to Jim Roloff at james.g.roloff@usda.gov for further inquiries.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Animal and Plant Health Inspection Service requires renovation work to be carried out at the Puerto Rico Department of Agriculture (PRDA) complex in Dorado, Puerto Rico. The project involves upgrading Building 3, which houses laboratory and administrative functions, with the goal of modernizing the approximately 8,000 GSF facility without interrupting critical operations. The scope of work involves dividing the building into five renovation areas, with each area undergoing phased renovations to minimize disruption. The project includes essential upgrades to the building's exterior, mechanical systems, and fire suppression infrastructure. The laboratory areas will receive new infrastructure, ventilation systems, and enhanced security measures. The focus of this project is on the meticulous planning and execution of these renovations while adhering to the strict operational constraints of the functioning laboratory. The PRDA will handle the installation of telecommunications and security equipment, while the chosen contractor will provide the necessary infrastructure support. The office wing will undergo renovations including upgrades to offices, restrooms, and general interior spaces, although these may be deferred due to budget considerations. The department seeks a detailed plan outlining the renovation sequence and managing space availability during the process. Applicants should have extensive experience in construction projects, particularly those involving operationally sensitive areas such as laboratories. The contract is expected to be a small business set-aside, with an estimated value of between $5 million and $10 million. Interested parties should monitor the platform for the solicitation, which is expected to be posted around mid-August 2024. Questions can be directed to the contracting officer, Jim Roloff, at james.g.roloff@usda.gov. Please note that applicants should be prepared to submit their proposals by the solicitation deadline, adhering to the specified format and providing all necessary information to be considered for this exciting opportunity.
    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.
    Medical Services, Management, and Review IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is seeking qualified contractors to provide medical services, management, and review under a Medical Services, Management, and Review Indefinite Delivery/Indefinite Quantity (IDIQ) contract at its Agricultural Research Service (ARS) facility in Beltsville, Maryland. The contract aims to deliver comprehensive occupational health services, including medical surveillance, physical exams, vaccinations, and health screenings, ensuring compliance with federal health regulations and safeguarding employee welfare. This initiative is critical for maintaining a safe working environment for ARS employees who may be exposed to various health risks associated with their roles. Proposals are due by September 11, 2024, at 2:00 PM EST, and interested parties should contact Jennifer Peterson at jennifer.l.peterson@usda.gov for further details.
    Insulate Potato Storage Barn
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the insulation of a potato storage barn located at Chapman Farm in Presque Isle, Maine. The project aims to enhance the facility's insulation and HVAC systems to maintain optimal storage conditions for potatoes, ensuring stable temperatures and humidity levels critical for preserving quality. This initiative underscores the USDA's commitment to improving agricultural infrastructure while adhering to sustainable practices, including the use of biobased products. Interested contractors should submit their proposals by September 19, 2024, at 5 PM ET, and can direct inquiries to Jason Robbins at jason.robbins@usda.gov or by phone at 309-681-6118. The estimated construction cost ranges between $250,000 and $500,000, with a performance period of 120 days post-award.
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.
    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.
    REMI PI+ Annual Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the REMI PI+ Annual Maintenance, a noncompetitive procurement aimed at maintaining the proprietary Regional Economic Modeling Incorporated Policy Insight Plus (REMI PI+) software. This software is crucial for the USDA's National Wildlife Research Center (NWRC) Economics Project, which analyzes the economic impacts of wildlife damage, including crop destruction and disease spread, using a sophisticated 70-sector, 14-region model. The contract will span five years, consisting of one base year and four optional years, with the estimated value remaining below the Simplified Acquisition Threshold (SAT). Interested parties must submit their responses to Samantha Johnson at samantha.johnson3@usda.gov by September 20th at 4 PM PT, as this opportunity is set aside for small businesses under FAR 19.5.
    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.
    7220--PM&R/Prosthetics Flooring Phase 1 RFQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quotation (RFQ) for the procurement and installation of luxury vinyl tile (LVT) flooring at the Baltimore VA Medical Center. The project entails the supply of 1,764.41 square feet of LVT, base materials, and the removal of existing damaged carpet, with installation required in various areas such as waiting rooms and offices by December 31, 2024. This initiative is part of the VA's commitment to enhancing healthcare environments for veterans, ensuring compliance with performance, durability, and environmental standards. Interested vendors should submit their quotes electronically to Contract Specialist Michael Jones at michael.jones16@va.gov by September 19, 2024, at 10:00 AM EST, and must adhere to wage determinations outlined in the Service Contract Act.