New Farm Storage Building (Kimberly, ID)
ID: 12905B25R0005Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 18, 2025, 12:00 AM UTC
  3. 3
    Due May 5, 2025, 7:00 PM UTC
Description

The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the construction of a New Farm Storage Building at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project entails constructing a heated, insulated pre-engineered steel structure approximately 40 feet by 60 feet, with an optional 1,200 square foot lean-to addition, requiring all necessary labor, materials, and supervision to meet specified plans and standards. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure, ensuring compliance with federal regulations, and promoting sustainable practices. Interested contractors must submit their proposals by May 5, 2025, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 18, 2025, 10:07 PM UTC
The USDA Agricultural Research Service (ARS) is soliciting proposals for the construction of a New Farm Storage Building with an optional Lean-To at its Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project requires the contractor to provide all necessary labor, materials, and supervision to meet specified plans and standards, with a construction budget estimated between $500,000 and $1,000,000. The contractor must comply with federal regulations, including provisions for biobased products, general labor standards, and insurance requirements. Proposals must be submitted by April 28, 2025, and the construction is expected to be completed within 270 calendar days from the notice to proceed. Bidders are required to acknowledge any amendments to the solicitation and will need to provide performance bonds if the total exceeds $150,000. This procurement reflects the USDA's commitment to supporting sustainable practices and improving agricultural infrastructure.
Apr 18, 2025, 10:07 PM UTC
The document outlines the Contract Line-Item Breakdown Form for a construction project, detailing two specific Contract Line-Item Numbers (CLIN): 0001 for the Base Bid Farm Shop and 1001 for an optional Lean-To addition. Each CLIN includes a comprehensive list of construction divisions covering various aspects, such as general requirements, concrete, masonry, metals, and systems like plumbing, HVAC, and fire suppression. However, the document does not provide specific dollar amounts for each division, leaving the total prices as blank entries. This structure indicates a methodical approach to accurately evaluating and itemizing potential project costs while allowing for flexibility in budget allocation. The format is consistent with federal and state RFPs, emphasizing a clear breakdown of responsibilities and cost estimates for contractors, ensuring transparency and detail in public construction contracts.
Apr 18, 2025, 10:07 PM UTC
The document outlines the specifications for constructing a new Farm Storage building for the USDA-ARS in Kimberly, Idaho. It details the general requirements for the project, including materials and methods for a heated, insulated pre-engineered steel structure of approximately 40ft by 60ft, equipped with necessary access points, ventilation, and utility connections. The contractor is expected to follow strict quality control measures, ensuring compliance with various safety and environmental regulations, including waste management and biobased product preferences in line with federal standards. The construction must minimize disruption to existing facilities, maintain clear access for operations, and follow a detailed schedule of activities, including site inspections and utility management. Additionally, a robust warranty period is established, during which the contractor is responsible for any defects or damages. The project emphasizes safety protocols, including daily inspections and strict adherence to fire safety guidelines. This undertaking highlights the government's commitment to improved agricultural infrastructure while prioritizing compliance, safety, and environmental sustainability during construction activities.
Apr 18, 2025, 10:07 PM UTC
The U.S. Department of Agriculture is requesting proposals for the construction of a heated, insulated steel building at the Northwest Irrigation & Soils Research Lab in Kimberly, Idaho. The main project features a 40' x 60' pre-engineered structure, including two overhead doors and HVAC systems, with necessary excavation and utility connections. A bid option includes a 20' x 60' lean-to addition, requiring additional concrete foundations, electrical work, and a bird control system. The document outlines specific construction, structural, and utility details while emphasizing adherence to USDA specifications and existing conditions verification before work commencement. It includes comprehensive plans and notes for various construction aspects, from site preparation to utility installations. Requirements for safety measures, environmental considerations, and compliance with local codes are also mentioned. Overall, this project illustrates the government’s effort to enhance agricultural research facilities while ensuring rigorous oversight of all construction practices.
Apr 18, 2025, 10:07 PM UTC
This document outlines wage determinations for construction contracts in Twin Falls County, Idaho, under General Decision Number ID20250019, applicable from February 7, 2025. It emphasizes compliance with the Davis-Bacon Act, which dictates minimum wage rates for workers on federally funded construction projects. Key points include the respective wage rates determined by Executive Orders 14026 and 13658, based on contract dates. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. Wages for various classifications of workers, such as electricians, plumbers, and laborers, are listed along with their respective fringe benefits. Notably, the document mentions the appeals process for wage determinations, presenting steps for initiating requests and reconsiderations. This summary illustrates the significant regulations impacting wages in government construction contracts, ensuring fair compensation and labor protections in alignment with federal mandates and local standards.
The U.S. Department of Agriculture, Agricultural Research Service (ARS), has issued Form ARS-371, a Construction Progress and Payment Schedule required for contractors embarking on federal projects. This document outlines the essential elements needed for reporting project progress and requesting payments. Contractors must submit this form within 14 calendar days after receiving the Notice to Proceed. It includes information such as contract number, project location, and contractor details, and requires a detailed breakdown of the work's value and percentage completion. The form necessitates that contractors specify start and completion dates for each project segment while ensuring that the total completion date aligns with the schedule. It also mandates that if partial payment requests are made, the form must accompany each request and be filled out accurately to reflect the work completed. Once completed, the contractor must sign it for approval from the Contracting Officer, who will return an approved copy for the contractor's records. This structure facilitates financial management and progress monitoring in government-funded construction projects, ensuring compliance with federal regulations.
The document outlines the payment request process for contractors working under a specific federal contract. It includes a structured template for submitting a Progress Payment Transmittal, detailing critical payment components such as the original contract amount, change orders, adjusted prices, value of completed work, and materials stored on-site. The contractor must certify that all previous payments to subcontractors have been made and that the amounts requested comply with contract specifications and requirements. Signatures from the contractor's authorized representative and project management officials are required for approval. This formalizes the payment procedures within federal and state RFP frameworks, ensuring accountability and adherence to financial regulations. The form serves both an administrative function and a compliance assurance tool, reflecting the government's commitment to structured contractual agreements and fiscal responsibility.
The document details specifications for constructing a New Farm Storage Building under the USDA Agricultural Research Service (ARS) using metal building systems. It establishes standards for structural performance, including design loads for gravity, wind, snow, and seismic activities, referencing numerous professional guidelines and standards from organizations such as AISC, AISI, and NFPA. The built structure should withstand specific loads, feature thermal insulation compliant with prescribed U-factors and R-values, and integrate air and water penetration controls. The document further includes comprehensive requirements for materials, framing systems, panel specifications, and warranties, ensuring a durable and weather-tight construction. Pre-construction procedures involve detailed submittals for government approval, addressing the quality control of materials and methods. The project emphasizes safety during erection, necessitating adherence to OSHA and project-specific guidelines. A warranty for structural integrity and material performance reinforces the commitment to quality. This summary indicates the document's function as a formal specification for contractors responding to government RFPs, ensuring precise adherence to federally mandated construction standards and practices in agricultural infrastructure development.
Apr 18, 2025, 10:07 PM UTC
The document outlines a construction project focusing on the demolition and preparation of a site for building expansion in Kimberly, Idaho. It involves the removal of existing structures, asphalt, and vegetation, as well as protecting underground utilities. Key tasks include salvaging gravel, ensuring safety during construction, and maintaining cleanliness. The contractor is responsible for coordinating work with local utility companies and must adhere to strict safety and structural guidelines throughout the project. The anticipated work area spans approximately 17,000 square feet, and the document specifies the requirements for new metal buildings, water and gas services, and other infrastructure improvements. Essential structural notes emphasize compliance with relevant standards for construction materials and methods. The project reflects the federal government's investment in facility upgrades, aiming to improve operational capacity within the context of construction and facility management regulations.
Apr 18, 2025, 10:07 PM UTC
The document addresses RFP# 12905B25R0005, regarding the construction of a new farm shop building in Kimberly, ID. Amendment #0002 provides clarification on numerous questions concerning specifications and design requirements. Key highlights include acceptance of subcontractor experience for past performance, specification changes in wall insulation and metal panel requirements, and confirmation of required structural elements such as straight columns and specific roof types. The Q&A section also addresses utilities, fire alarms, site access, and construction timeline considerations. Specifics on panel gauges, finishes, and plumbing connections have been clarified. Additionally, amendments to various drawings and specifications are documented to align with revised construction requirements. Ultimately, this RFP amendment ensures clarity around project requirements, fostering better contractor compliance and efficient project execution, while confirming no tax exemptions for contractors working on the federal project.
Apr 18, 2025, 10:07 PM UTC
The document serves as an amendment to a solicitation for offers, emphasizing the procedures for acknowledging receipt of the amendment by contractors. Offers must be received prior to a specified date and time to avoid rejection, and contractors can submit changes by letter or electronic communication that references the solicitation and amendment numbers. An important note indicates that the contractor is not mandated to sign and return the amendment. The document includes a standard format for detailing the amendment and modifications, outlining necessary information such as contract numbers, effective dates, and descriptions of changes. Key elements include accountability for receipt acknowledgment, adjustments to contract details, and the necessity for contractors to adhere to specified protocols for modifications. Overall, this amendment is crucial for maintaining the integrity and organization of federal contract processes, ensuring clarity and compliance for both contractors and the issuing office.
Apr 18, 2025, 10:07 PM UTC
The document outlines the procedures for acknowledging an amendment to a government solicitation. Offers must confirm receipt of the amendment by specific methods before the designated deadline, which could affect the acceptance of their proposals. Additionally, it provides details for submitting any changes to previously submitted offers through written communication, ensuring they reference the relevant solicitation and amendment numbers. The amendment serves to update potential contractors on questions and answers submitted before a deadline, as well as to include revised specifications and drawings, with a new proposal submission deadline set for May 5, 2025. The narrative describes the amendment's purpose, encompasses organizational details including contract identification, and specifies administrative changes in compliance with governmental contract regulations. Overall, the document stresses the importance of timely acknowledgment and the procedural integrity necessary in the federal contracting process.
Apr 18, 2025, 10:07 PM UTC
The document appears to contain fragmented text, likely preventing a clear analysis of its content. However, the primary focus seems to be on a government-related topic concerning federal or state/local Requests for Proposals (RFPs) and grants. These typically invite businesses and organizations to submit bids for projects or funding applications to fulfill specific government objectives. Key elements commonly found in such documents include outlining project requirements, eligibility criteria, funding availability, and application procedures. Furthermore, successful submissions are likely intended to adhere to regulations and standards related to the respective project areas. Considering the context of governmental funding and RFPs, the document likely stresses the significance of compliance with federal and local guidelines, ensuring transparency and accountability in the proposal process. The intention behind these RFPs and grants typically revolves around promoting public welfare through various initiatives such as infrastructure development, health services, or educational programs. In summary, although the text is heavily obscured, the aim centers around government RFPs and grants, focusing on project proposals and inviting qualified organizations to participate in government-funded activities to meet community needs.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Insulate Potato Storage Barn
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the insulation of a potato storage barn located in Chapman, Maine. The project aims to enhance the thermal performance of the facility, originally constructed in 1968, by reinsulating it and upgrading the aging HVAC systems to maintain optimal storage temperatures between 40°F and 45°F. This initiative is crucial for preserving agricultural resources and ensuring effective storage conditions for potatoes, reflecting the government's commitment to sustainable infrastructure. Interested small businesses must submit their proposals by the specified deadlines, with the project budget estimated between $100,000 and $250,000, and a performance period of 120 days post-award. For further details, potential bidders can contact Elizabeth Wilson at elizabeth.wilson2@usda.gov.
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This remodel is crucial for enhancing research capabilities and ensuring compliance with USDA standards for scientific environments. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with prior registration required. For further inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.
12905B25R0008 – Pre-Solicitation Notice RCEW Quonset Hut HVAC/Electrical Installation USDA-ARS-PWA Murphy ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the installation of new HVAC and electrical systems in the Quonset Hut located at the USDA-ARS-PWA facility in Murphy, Idaho. This project aims to address significant HVAC deficiencies in the aging Range and Quonset buildings, which currently hinder operational functionality and safety for staff and visitors. The selected contractor will be responsible for providing all necessary labor, materials, and supervision to complete the work in accordance with established plans and specifications, with a contract value estimated between $250,000 and $500,000. Interested small disadvantaged businesses (SDB) should monitor the SAM.gov website for the forthcoming Request for Proposal (RFP) 12905B25R0008, expected to be issued around April 8, 2025, and may contact Theodore Blume at Theodore.Blume@usda.gov for further inquiries.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Pre-Solicitation Notice: Replace Propane Furnace for USDA ARS Pullman, WA
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the replacement of a propane furnace and coil with a high-efficiency model at its facility in Pullman, Washington. This project involves the removal of outdated heating systems in Buildings 105 and 143, including the installation of a ductless heat pump system and a thermostat that integrates controls for both systems, while ensuring compliance with federal, state, and local regulations. The estimated construction cost ranges between $25,000 and $100,000, and the contract will be a Firm Fixed Price Construction Contract, with the Request for Quotation (RFQ 12905B25Q00071) expected to be released around May 12, 2025. Interested contractors must monitor the SAM.gov website for updates and ensure they are registered in the System for Award Management to participate in this total small business set-aside opportunity.
Pendleton Building Repairs Project A (Pendleton, OR)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the Pendleton Building Repairs Project A, located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project entails extensive renovations to buildings constructed between 1970 and 1986, focusing on upgrading mechanical and electrical systems, modernizing architectural features, and abating hazardous materials, with a construction budget estimated between $500,000 and $1,000,000. This initiative is crucial for enhancing the operational efficiency and safety of the research facilities, ensuring compliance with current regulations and standards. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Spencer Hamilton at spencer.hamilton@usda.gov.
12905B25R0002 - Presolicitation for Water Well Repair USDA-ARS-PWA Dubois ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a construction project focused on the repair of a water well at the Range Sheep Production Efficiency Research Unit in Dubois, Idaho. The project entails drilling a new potable water well, upgrading existing piping, replacing the chlorination system, and installing telemetry systems, all while ensuring minimal disruption to ongoing facility operations and adhering to safety and environmental standards. This initiative is crucial for enhancing water resources and maintaining operational integrity in essential services. Interested contractors should monitor the SAM.gov website for the Request for Proposal (RFP), expected to be issued around January 30, 2025, with a project value estimated between $1 million and $5 million. For further inquiries, potential offerors can contact Theodore Blume at Theodore.Blume@usda.gov.
Additional Elevator Work
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for additional elevator work at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project involves modernizing a passenger elevator to comply with Iowa state code, including updates to the elevator shaft, car, lighting, HVAC systems, electrical systems, and fire safety features. This initiative is crucial for maintaining safety and compliance in public facilities, with an estimated construction cost between $100,000 and $250,000, and a completion timeline of 120 days from the notice to proceed. Interested small businesses must submit their proposals and past performance questionnaires by April 22, 2025, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
Metal Building (West Scale BLDG 67) Repairs and Restoration
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the repairs and restoration of the West Scale Building 67 located in El Reno, Oklahoma. The project involves significant exterior renovations, including the replacement of a corrugated metal roof, windows, doors, and lighting systems, with an estimated contract value between $100,000 and $250,000. This initiative is crucial for maintaining the facility's operational integrity and ensuring compliance with safety and environmental regulations. Interested small businesses must register for a mandatory site visit on April 30, 2025, and submit their registration by April 28, 2025, to the primary contacts Shane M. Pope and Troy Gibbens via email.