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

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, 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
    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 measuring approximately 40 feet by 60 feet, with an optional lean-to addition, and requires the contractor to provide all necessary labor, materials, and supervision in compliance with federal regulations. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure, ensuring adherence to safety, environmental standards, and quality control throughout the construction process. Interested contractors must submit their proposals by May 28, 2025, with a project budget estimated 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
    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.
    The document appears to be related to federal government symbols and templates, indicating a focus on adjustments and new additions made on April 6, 2016. The explicit mention of terms such as "Adjustable" and "Fixed" suggests that the templates may be intended for various formats or requirements, likely associated with federal grants and RFPs (Requests for Proposals). The document’s structure is minimal, primarily highlighting new changes without elaborating on their specific applications or contexts. Although it lacks detailed content or specific instructions, its primary purpose seems to involve providing updated symbols for official use, assisting stakeholders in compliance with federal standards in grant and proposal submissions. Overall, the file serves as a reference point for updates relevant to governmental processes.
    The document outlines electrical specifications and equipment installation guidelines for a project in Kimberly, ID, specifically related to a federal Request for Proposal (RFP). It emphasizes the surface mounting of devices, weatherproofing, and the necessity for specific electrical components such as GFCI receptacles, emergency exit lighting, and fire alarm system integration. Key requirements include proper mounting heights, voltage drop considerations for various circuit lengths, and compliance with the "Buy American Act" for equipment. The electrical plan features a new underground service from an existing building and a detailed breakdown of branch load data across different receptacles and lighting fixtures, ensuring balanced electrical loads. The three-phase transformer specifications include operational requirements such as sound level ratings and grounding protocols. Overall, the document serves as a technical reference for contractors to ensure quality, performance, and safety standards as they integrate new systems within existing infrastructure, aligning with federal guidelines for public construction projects.
    This document concerning a federal Request for Proposals (RFP) addresses the connection point for a specific project. It specifies that the connection point will be provided under a separate contract and indicates its anticipated location in the southeast corner of Building 5 for bidding purposes. The primary focus is on the logistical elements associated with the bidding process, emphasizing the need for bidders to consider this location for their proposals. Essentially, the document outlines a specific requirement that potential contractors must adhere to, ensuring proper planning and execution of the project as intended by the government. This brief highlights critical information relevant to contractors participating in the RFP process, enabling informed decision-making.
    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.
    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.
    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.
    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.
    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.
    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.
    The document pertains to RFP# 12905B25R0005 for the construction of a new farm shop building in Kimberly, ID, highlighting amendments and questions regarding materials and specifications. Key topics include warranty requirements for roofing systems and the integration of fire alarm systems into existing structures. The amendment specifies that a weather-tightness warranty will not be required for exposed fastener roof panels, with alternatives suggested for standing seam roofing. Additionally, the building system warranty was modified from 10 years to 5 years, and contractors are required to coordinate with existing fire alarm systems. The document emphasizes industry standards, addressing contractors’ concerns about securing warranties and clarifying project specifications. It also outlines the process for obtaining bidding information, coordination with USDA, and the importance of compliance with building codes. This thorough Q&A format aims to ensure clarity and transparency in the bidding process, ultimately supporting effective contractual obligations and project execution.
    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.
    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.
    The document is an amendment to a solicitation issued by the USDA, primarily aimed at extending deadlines related to the submission of proposals and questions from contractors. Key updates include an extension for submitting questions to 5:00 p.m. EST on May 5, 2025, with answers to be provided in a subsequent amendment. Additionally, the due date for proposal submissions is extended to 5:00 p.m. EST on May 19, 2025. The document outlines methods for acknowledging receipt of the amendment, requirements for modifying offers, and instructions for existing contract modifications. The amendment follows established federal guidelines and emphasizes timely communication for compliance with solicitation procedures. This amendment is crucial for ensuring that all interested parties have adequate time to prepare their submissions and resolve any queries before the proposal deadline.
    This document serves as an amendment to an existing solicitation under Contract ID 12905B25R0005. It outlines procedures for acknowledging the amendment to ensure offers are received on time, emphasizing that late acknowledgments may lead to offer rejection. The amendment includes significant updates such as providing Round 2 Questions and Answers, additional attachments containing fire alarm drawings, specifications, and plans for new work related to a transformer. Furthermore, it extends the deadline for proposal submissions to 5:00 PM EST on May 28, 2025. The document also clarifies instructions regarding the amendment's effective date, the contractor's information, the modification of contract/order details, and the need for administrative changes. The essential purpose is to keep potential contractors informed about key changes and ensure adherence to submission protocols, further conveying the government's commitment to transparent procurement processes.
    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
    Similar Opportunities
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its 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 provided email address, ensuring compliance with all amendment requirements throughout the bidding process.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    CRITICAL HOUSING MAINTENANCE CONSTRUCTION AT LOWMAN COMPOUND, BOISE NATL FOREST (GAOA)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit proposals for a construction project focused on critical housing maintenance at the Lowman Compound in Boise National Forest, Idaho. This project involves remodeling six buildings and is designated as a 100% Small Business Set-Aside, with an estimated value ranging from $250,000 to $500,000. The procurement will follow a Lowest Price Technically Acceptable source selection process, evaluating technical proposals based on past performance, technical experience, and project management approach. Interested contractors must have an active registration on SAM.gov and are encouraged to express their interest and submit a Capability Statement to Mary Harding at mary.harding@usda.gov. A site visit is planned for the fall, with further details to be announced on SAM.gov.
    Savannah River Site- Facilities IDIQ
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Savannah River Site Facilities Indefinite Delivery Indefinite Quantity (IDIQ) contract, which encompasses a range of facility construction, maintenance, and repair projects in New Ellenton, South Carolina. The scope of work includes new construction, renovations, and repairs of various structures, with a contract ceiling of $7 million and individual task orders ranging from $2,000 to $1,000,000. This procurement is crucial for maintaining and enhancing the infrastructure at the Savannah River Site, ensuring compliance with safety regulations and building codes. Interested small businesses must submit their proposals by November 5, 2025, and can direct inquiries to Keisha Robinson at keisha.robinson@usda.gov or Penny Zortman at penny.zortman@usda.gov.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Camas Prairie Fence
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking quotations for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The project aims to replace an ineffective fence to exclude cattle and protect endangered frog species, involving the removal of existing fencing, construction of a new 4-strand barbed wire fence, and installation of a gate and let-down fence. This initiative is crucial for safeguarding biological resources and ensuring effective land management. Interested contractors must acknowledge the recent amendment extending the due date for offers indefinitely, with work expected to commence no earlier than October 17, 2025, and be completed by June 1, 2026. For further inquiries, contact Darcy J Rapoza at darcy.rapoza@usda.gov.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    ID BOUNDARY 5806 (3)B, Riverside Road Improvements B
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the ID BOUNDARY 5806 (3)B, Riverside Road Improvements B project located west of Bonners Ferry, Idaho. This infrastructure project involves extensive work over a length of 1.62 miles, including grading, drainage, base construction, culvert installation, and paving, aimed at improving access to the Kootenai National Wildlife Refuge and enhancing road safety for pedestrians and cyclists. The estimated contract value ranges between $5 million and $10 million, with a tentative solicitation expected in Winter 2025/2026 and a completion date projected for Fall/Winter 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information.
    Malheur NF, Rail Ridge Cattleguard Replacement Order
    Buyer not available
    The Department of Agriculture, specifically the Forest Service at the Malheur National Forest, is seeking bids from small businesses for the purchase of cattleguards and components necessary for disaster recovery in the Rail Ridge Fire Area. The procurement includes four complete cattleguard assemblies and three additional base assemblies, all of which must meet HS-20 load ratings, be constructed of painted yellow metal, and not exceed a lifting capacity of 3,000 pounds. These cattleguards are crucial for ensuring safe passage for livestock and vehicles in the affected area. Interested vendors must submit their price quotes and required documentation via email by 4:30 PM PST on October 29, 2025, to Andrea J. Pollock at andrea.pollock@usda.gov, with the subject line “1240BE26Q0004.” The award will be based solely on price, and all submissions must comply with the outlined specifications and amendments.