12905B25Q0041 - USDA-ARS-PWA Fire Sprinkler Repairs Riverside, CA
ID: 12905B25Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT (J012)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (USDA-ARS-PWA), is seeking qualified contractors to perform fire sprinkler repairs at its facility in Riverside, California, under solicitation number 12905B25Q0041. The project requires the contractor to address various issues, including replacing corroded sprinkler heads, installing missing escutcheons, lubricating the post indicator valve, and troubleshooting a malfunctioning water motor gong, all to be completed within 30 days of contract award. This procurement is crucial for maintaining safety standards within federal facilities, ensuring the fire sprinkler system operates effectively. Interested small businesses must submit their quotes by June 23, 2025, and can direct inquiries to Theodore Blume at Theodore.Blume@usda.gov, with a site visit scheduled for June 3, 2025, to familiarize potential bidders with the project scope.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to Request for Quotation (RFQ) #12905B25Q0041 for fire sprinkler repairs at the USDA-ARS PWA facility in Riverside, CA. It outlines the requirement for a contractor to supply labor, materials, and supervision necessary for completing repairs as per the Statement of Work (SOW), with the contract period set for 30 days post-award (06/30/2025 to 07/29/2025). Key components include submission deadlines, evaluation criteria (Lowest Price Technically Acceptable), and specific clauses from the Federal Acquisition Regulation (FAR) that govern the contract's execution, including various compliance requirements for the contractor. This RFQ highlights the government’s focus on ensuring technical capability and satisfactory past performance is demonstrated by offerors, alongside competitive pricing. The document specifies that offers must include technical proposals, past performance questionnaires, and must comply with labor laws and federal regulations, emphasizing the importance of safety, quality, and accountability. Additionally, it outlines the pre-bid site visit requirements to enable offerors to inspect the work site. Overall, the RFQ serves as a structured guide for bidding on the repair project, aligning with federal procurement policies to ensure effective and compliant contract management.
    The document is a Request for Information (RFI) concerning the project for "Fire Sprinkler Repairs" at the USDA-ARS-PWA U.S. Salinity Laboratory in Riverside, California (Project Number: 12905B25Q0041). It outlines the procedures for submitting questions or clarification requests related to the solicitation. Respondents must reference specific sections of the specifications, drawings, or solicitations in their inquiries to ensure timely replies from the government. Responses to submitted questions will be incorporated through solicitation amendments, which contractors are responsible for accessing. Key contact information includes Theodore Blume from USDA, along with details necessary for submission. The structured format includes sections for submitting questions, specifying references, and confirming the submitting party’s contact information. This RFI serves as a preliminary inquiry step in the contracting process aimed at ensuring clarity and compliance in the procurement of fire sprinkler repair services.
    The document is a Request For Proposal (RFP) from the USDA-ARS-PWA requesting a Past Performance Questionnaire (PPQ) to evaluate potential contractors. The contractor must provide their specific information and instruct their clients to complete the questionnaire, which assesses the contractor's prior performance on various projects. The PPQ consists of two sections: Section 1 is to be filled out by the contractor, including details about the project, client organization, and technical point of contact (POC). Section 2 is to be completed by the client's POC, detailing the contractor's performance in areas such as overall technical performance, quality of work, schedule and cost performance, and risk management. The questionnaire concludes with a section for the client to indicate whether they would hire the contractor again. The purpose of this RFP is to collect reliable information about past contractor performance to inform future contract decisions, thereby ensuring quality and reliability in federal projects. This systematic approach is common in government procurement processes, reflecting an emphasis on accountability and evidence-based evaluations.
    The U.S. Salinity Laboratory in Riverside, CA, requires fire sprinkler repairs to restore the system to full functionality. The Statement of Work outlines that a selected contractor must address several issues, including replacing corroded sprinkler heads in various rooms and installing missing escutcheons. Additionally, the contractor needs to lubricate the post indicator valve and troubleshoot the malfunctioning water motor gong. All tasks are to be performed at the laboratory within 30 days after issuing the purchase order. Certification of the fire sprinkler system's operational status is a key deliverable upon work completion. This project reflects the government’s commitment to maintaining safety standards within federal facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    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.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    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.
    Water System Upgrades Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Water System Upgrades project at the Santa Fe National Forest in New Mexico. This procurement involves the replacement of three drinking water systems located at Jacks Creek Campground, Field Tract Campground, and the Panchuela Administrative Site, which are critical for supporting high-use recreational areas and administrative functions. The project includes extensive demolition and construction tasks, such as installing new water lines, pump houses, and associated infrastructure, with a firm-fixed-price contract valued between $500,000 and $1,000,000. Interested parties must attend a mandatory site visit on December 2, 2025, at 11:00 AM and submit their proposals by December 9, 2025, at 3:30 PM PST; for further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    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.
    TULE PROPERTY CLEARING
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    Z1DA--Replace Parking Garage Sprinkler System 583-24-525
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the replacement of the parking garage sprinkler system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. This project, designated as 583-24-525, involves the demolition and replacement of corroded fire sprinkler and standpipe piping, with an estimated construction cost between $250,000 and $500,000. The work is critical for ensuring compliance with current NFPA standards and maintaining safety within the facility, which operates 24/7. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their bids via email by January 6, 2026, at 10:00 AM EST, following a mandatory pre-bid site visit rescheduled for December 4, 2025. For further inquiries, contractors can contact Stacie I. Hill, Contract Specialist, at Stacie.Hill@va.gov.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    Edwards AFB Fire Suppression Maintenance 2026
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Fire Suppression Maintenance contract at Edwards Air Force Base (AFB) for the year 2026. This contract encompasses the testing, maintenance, and repair of the pre-action fire suppression system at the Benefield Anechoic Facility, Building 1030, ensuring compliance with NFPA and UFC standards, with a total potential contract value of approximately $19.5 million over a five-year period. The procurement includes specific recurring tasks across multiple quadrants, with contractors required to utilize boom lifts for high-ceiling inspections and adhere to various federal regulations and standards. Interested vendors must submit their quotes by December 15, 2025, and are encouraged to attend a site visit on November 24, 2025, with prior registration required. For further inquiries, contact Jamil Minosa at jamil.minosa.2@us.af.mil or Abel Alcantar at abel.alcantar.1@us.af.mil.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at Malheur National Forest, is seeking qualified vendors to provide cattleguards and components for disaster recovery efforts in the Rail Ridge Fire Area. The procurement involves the purchase of four complete cattleguard assemblies and three additional base assemblies, all of which must meet specific engineering standards, including HS-20 load ratings and construction from painted yellow metal. This initiative is critical for restoring access and ensuring the safety of local roadways following the fire incident. Interested parties must submit their quotes by December 10, 2025, at 4:30 PM PT, and acknowledge all amendments to the solicitation, with the delivery of goods expected by February 10, 2026. For further inquiries, vendors can contact Andrea J. Pollock at andrea.pollock@usda.gov.