Building 85 Sewer Repair (Tifton, GA)
ID: 1232SA25Q0319Type: Presolicitation
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 TUNNELS AND SUBSURFACE STRUCTURES (Y1LC)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractors for the repair and re-routing of the sewer line from Building 85 at the Crop Genetics & Breeding Research Unit in Tifton, Georgia. The project requires the contractor to manage all aspects, including labor, materials, and compliance with local and federal regulations, with a completion timeline of 60 days from the Notice to Proceed. This construction work is crucial for maintaining the facility's operational integrity and ensuring compliance with environmental standards. Interested small businesses must RSVP for a site visit scheduled for July 24, 2025, and can contact Spencer Hamilton at spencer.hamilton@usda.gov for further details regarding the solicitation, which is set aside for total small business participation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Solicitation, Offer, and Award document outlines a construction project by the USDA Agricultural Research Service (ARS) to repair and re-route the sewer line for Building 85 at the Crop Genetics & Breeding Research Unit in Tifton, Georgia. The project has a budget under $25,000 and requires the contractor to supply labor, materials, equipment, and supervision. The contractor must complete the project within 60 days following the notice to proceed. Additionally, the document specifies requirements for submitting quotes, including a bid guarantee if the quote exceeds $150,000. The usage of biobased products is mandated, along with compliance with federal regulations concerning labor wage rates. Moreover, it establishes conditions for performance bonds, permits, and insurance coverage necessary for project execution. Other stipulations include maintaining safety standards and managing any disruptions caused during construction. The document emphasizes the importance of cooperation among contractors to ensure smooth operations and outlines consequences for non-compliance with the specified terms. This enumeration of obligations serves to safeguard government interests while aligning with procurement standards under federal regulations for construction projects.
    The USDA Agricultural Research Service's project involves the repair and re-routing of the sewer line from Building 85 at the Crop Genetics & Breeding Research Unit in Tifton, Georgia. The contractor is responsible for all aspects of the project, including labor, materials, and compliance with local and federal regulations. Key project tasks include updating the sewer line, verifying elevations, and ensuring the integrity of installations, all to be completed within 60 days from the Notice to Proceed. Contractors must conduct a pre-bid site visit, obtain necessary permits, and submit a safety plan within seven days of contract award. Quality control is mandated to meet specifications, and debris must be managed responsibly without compromising safety or compliance. Disposal of removed materials must adhere to legal regulations, with an emphasis on recycling where feasible. Final project cleanup involves restoring the site to its original condition. The document outlines the fundamental requirements for contractors, detailing the scope of work, timelines, and safety considerations critical to the project's successful execution.
    This document outlines the General Decision Number GA20250060, effective April 11, 2025, regarding wage determinations for heavy construction in Georgia, including the installation of water and sewer lines and work at treatment and industrial sites. It pertains to numerous counties across Georgia, indicating that projects subject to the Davis-Bacon Act must comply with specified minimum wage rates as mandated by Executive Orders 14026 and 13658. The document details wage rates for various classifications of workers, including electricians and laborers, with specific rates and fringe benefits for different counties. It further explains that contractors must ensure compliance with wage requirements based on the contract's award date and state that both covered and unlisted classifications might require conformance requests. Additionally, it informs about the appeal process for wage determinations and emphasizes the importance of worker protections and meeting wage standards. This summary not only encapsulates the wage recommendations and compliance requirements for federal grants and RFP contracts in Georgia but also highlights the legal context influencing contractor obligations within the state’s heavy construction sector.
    The USDA Agricultural Research Service (ARS) has issued a Construction Progress and Payment Schedule form (ARS-371) required for contractors engaged in federal projects. This form must be submitted within 14 calendar days following the Notice to Proceed, and it is essential for both tracking project progress and processing payment requests. The document outlines the requisite breakdown of work, detailing the value and percentage of each work branch relative to the overall project. Contractors need to fill in various fields including project details, approximate completion dates, and a detailed cost breakdown. The form emphasizes that it must be signed by the contractor and approved by the contracting officer, ensuring accountability and clarity in the construction process. This framework facilitates efficient management and monitoring of federal construction contracts, aligning with established government standards and practices. Its structured approach reinforces compliance and transparency in federal grant and RFP processes.
    The document is a Contractor's Request for Payment Transmittal form, utilized within federal contracts, specifically by the USDA-ARS. Its primary purpose is to facilitate the payment process for contractors by detailing the financial aspects of a contracted project. Key components include the amount of the original contract, adjustments from change orders, the total value of completed work, and any materials stored at the site. The form requires accurate calculations and clear itemizations, ultimately determining the net payment due to the contractor after accounting for previous requests and retainage. It emphasizes contractor accountability to pay subcontractors in accordance with agreements and highlights that submission does not imply acceptance of subcontractor work. Necessary signatures from the contractor's authorized representative and relevant officials ensure validation of the request. This structured process ensures fiscal responsibility and compliance with federal regulations, supporting the effective management of public funds in government projects, underscoring the importance of transparency and adherence to contractual obligations in government contracting.
    The document serves as an amendment to a solicitation for proposals, detailing procedures for acknowledging receipt and submitting modifications to offers. Vendors must confirm they received the amendment by specific methods before the designated deadline, which, if not adhered to, could lead to their offer's rejection. The amendment includes instructions for contractors on how to modify submitted offers, whether via formal acknowledgment or separate communication, emphasizing the importance of referencing solicitation and amendment numbers. It specifies that additional information, like a Site Visit Sign-In Sheet, has been provided. The document also outlines how to properly fill in various items, including contract identification codes, modification numbers, and effective dates. Overall, it clarifies requirements and processes associated with amending solicitations and contracts, maintaining focus on compliance with federal contracting regulations.
    The USDA Agricultural Research Service is soliciting proposals for a sewer repair project at Building 85, located at 2282 Rainwater Road, Tifton, Georgia. The objective is to repair and reroute the sewer line to connect with the main sewer system. Contractors must provide all necessary resources, including personnel and materials, ensuring compliance with all relevant regulations. The project is anticipated to take no more than sixty days post-Notice to Proceed, necessitating a project schedule submitted to the government representative within fourteen days of contract award. Safety and quality control plans are required, with an emphasis on protecting existing property and maintaining cleanliness on site. All waste must be disposed of legally and responsibly, with the expectation that contractors will utilize bio-based materials where feasible. The document outlines comprehensive requirements for permits, inspections, and final payment documentation, illustrating the government's commitment to quality and safety in infrastructure improvements. This Request for Proposal emphasizes adherence to federal guidelines reflecting the importance of environmental considerations and regulatory compliance in the execution of government construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building and associated site utilities at the USDA-ARS Research Park in Auburn, Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) from Auburn University to the new facility, which may also include optional features such as a lab annex, greenhouse, and other related buildings. The procurement is crucial for advancing agricultural research capabilities and enhancing the USDA's operational efficiency. 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, with the site visit roster already uploaded to SAM.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL Site Visit Roster
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a special notice for a site visit roster related to the construction of the USDA-ARS Auburn Lab in Auburn, Alabama. This opportunity is aimed at gathering interested parties for a site visit scheduled for December 3, 2025, as part of the procurement process for commercial and institutional building construction services. The construction project is significant for enhancing agricultural research capabilities and infrastructure. Interested vendors 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 regarding the site visit and procurement process.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    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.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.
    Tonto National Forest – South Zone Toilet Pumping Services
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking a contractor to provide toilet pumping services for the South Zone of the Tonto National Forest in Arizona. The contract requires comprehensive septic pumping, debris removal, transport, and disposal services for vault toilets, holding tanks, and lift stations, with a focus on maintaining environmental compliance and safety. This service is crucial for the upkeep of recreational facilities within the forest, ensuring sanitary conditions for visitors. Interested small businesses must submit their proposals by December 15, 2025, with the contract expected to commence on January 9, 2026, and extend through January 8, 2030, with a total of 120 pumps anticipated annually. For further inquiries, contact Veronica Beck at veronica.beck@usda.gov or call 951-405-4068.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Underground Utilities Locator-recompete
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide underground utilities locating services at Fort Stewart and Hunter Army Airfield in Georgia. The primary objective of this procurement is to accurately identify all underground utilities and approve excavation permits for government and private contractors engaged in construction, maintenance, and repair projects. This service is critical for ensuring safety and compliance during excavation activities, thereby preventing damage to existing utilities and facilitating efficient project execution. Interested small businesses, particularly those in socioeconomic categories such as 8(a), SDB, HUBZone, SDVOSB, and WOSB, are encouraged to respond to the Sources Sought Notice by providing their capabilities and relevant experience. For further inquiries, interested parties may contact Shaana Ito at shaana.k.ito.civ@army.mil or Curtis Hanna at curtis.r.hanna.civ@army.mil.