Greenhouse: Replace Glazing System at FAESRU
ID: 12505B25R0018Type: Solicitation
Overview

Buyer

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

NAICS

Glass and Glazing Contractors (238150)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 removal and replacement of the glazing system at the Food Animal Environmental Systems Research Unit (FAESRU) greenhouse located in Bowling Green, Kentucky. The project requires contractors to execute the work in three distinct phases to ensure minimal disruption to ongoing research activities, with a total estimated construction value between $100,000 and $250,000. This procurement is critical for maintaining the operational integrity of agricultural research facilities, emphasizing compliance with safety and environmental regulations throughout the project. Interested small businesses must submit their proposals by 3:00 p.m. CST on June 30, 2025, and can direct inquiries to Contract Specialist Monte Jordan at monte.jordan@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a payment transmittal form used by contractors to request partial or final payments under a government contract. It details key payment elements, including the original contract amount, adjustments from change orders, total contract price, value of work completed, materials stored on-site, and net payment due after deductions for previous requests. The form requires signatures from authorized representatives, including the contractor's representative and project management officials, ensuring accountability and compliance with contract terms. Additionally, the contractor certifies that all obligations to subcontractors and suppliers have been met and that the request aligns with the contract specifications and legal requirements, notably under Title 31, Chapter 39 of the United States Code. This transmittal is essential for managing federal grants and contracts, as it systematically tracks financial disbursements, ensuring transparency and governance in public spending.
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) requires contractors to submit a Construction Progress and Payment Schedule using Form ARS-371. This form must be submitted within 14 days of receiving the Notice to Proceed and is essential even if partial payments are not made. The contractor is required to complete specific sections of the form, which includes detailing the contract number, total amount, project timeline, contractor information, and a breakdown of work by value and percentage completion. Each section, from the value of work to approximate completion dates, needs to be precisely filled out. The contractor must sign the form for submission to the Contracting Officer for approval. This process ensures proper tracking of project progress and financial disbursement related to federal RFPs and grants. Overall, the document underscores an organized approach to managing project schedules and payments within federal construction projects.
    The document outlines solicitation details for a project involving the removal and replacement of the glazing system of the Greenhouse at the USDA ARS Food Animal Environmental Systems Research Unit in Bowling Green, KY. The solicitation number is 12505B25R0018, and the work is required to be completed in phases to avoid disruption of ongoing research activities, comprising three main phases focusing on different greenhouse bays. The contractor is mandated to adhere to strict performance timelines and ensure minimal downtime. Additionally, the contract stipulates various management requirements, including compliance with OSHA standards, a comprehensive safety plan, and biobased product utilization as outlined by relevant governmental directives. The document specifies detailed provisions related to the management of materials, inspections, payments, and contract clauses, ensuring thorough oversight and compliance with federal regulations. Overall, it represents a federal procurement effort aimed at upgrading and maintaining agricultural research infrastructure, encapsulating standard practices for contracting and environmental safety in government projects.
    The document is a Bid Bond form (Standard Form 24) used when submitting a bid for federal contracts, ensuring the principal adheres to the bid terms. It outlines the obligations of the principal and surety, binding them to a penal sum reflecting the bid price. Key conditions include executing further contract documents upon bid acceptance and providing required bonds within specified timeframes. The sureties' obligations remain intact even with any bid acceptance extensions, up to a maximum of sixty days. Instructions for completion of the form detail the necessary information regarding the principal, type of organization, sureties, and their respective liability limits. The document emphasizes compliance with federal guidelines, indicating the need for corporate sureties to be listed on the Treasury's approved list. This form plays a crucial role in the procurement process, reinforcing the importance of financial responsibility and risk management in federal bids. Overall, the Bid Bond acts as a protective measure for the government against potential noncompliance by contractors.
    The document is a standard payment bond form (Standard Form 25A), used in federal contracts to safeguard against the non-payment of workers and material suppliers associated with a project. It details the obligations and responsibilities of the Principal (the party executing the contract) and the Surety(ies) (who guarantee payment). The bond ensures that if the Principal fails to pay, the Surety will cover the costs up to a specified penal sum. Key elements include instructions for filling out the form, the necessity of having corporate sureties listed on the Treasury’s approved list, and specific signatures and seals required for validation. There is also an explanation of how liability is distributed among multiple sureties, along with the conditions under which the bond becomes void, notably if the Principal fulfills payment obligations. The purpose of this document within the context of federal grants and RFPs is to establish financial security for contractors and subcontractors, thereby facilitating smoother operations and assurances in government-funded projects. This enhances accountability and compliance in the management of federal contracts. Overall, this form is an essential component of contract execution, ensuring that workers and suppliers are protected in government projects requiring bonding.
    The United States Department of Agriculture's Agricultural Research Service outlines a proposal for the replacement of the glazing system in the greenhouse at the Food Animal Environmental Systems Research Unit in Bowling Green, KY. The project involves the systematic removal of the existing acrylic glazing panels and their replacement with new panels and associated aluminum caps, aiming to maintain ongoing research activities throughout the process. The project requires careful sequencing and coordination to minimize downtime, ensuring plant growth is not compromised. The scope includes three phases of work, emphasizing compliance with safety and environmental regulations, documentation procedures, and adherence to installation quality standards. Additional provisions address accident prevention, construction progress documentation, and closeout procedures, including the submission of warranties and documentation on waste recycling. The work must be conducted by experienced personnel, and any deviations from specifications require prior approval from the contract officer. This project underscores the USDA's commitment to maintaining vital research facilities through adaptive renovations that align with operational efficiency and safety.
    The document appears to be a corrupted file that lacks coherent text or structure and does not contain discernible information typical of government RFPs, federal grants, or state and local proposals. Due to the extensive presence of non-standard characters and fragmented content, specific topics and key ideas cannot be extracted or summarized meaningfully. It is crucial to retrieve a clean version of the document to analyze its content effectively. In a typical government RFP, one would expect to see a clear purpose outlined, detailing project goals, eligibility criteria, deadlines, budget guidelines, and procedural instructions for potential bidders. However, the current file does not deliver any of this relevant information, making it impossible to create a comprehensive summary that conveys the essence of its intended content.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Pineville Greenhouse Transformer Replacement (LA)
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pineville Greenhouse Transformer Replacement project at the Alexandria Forestry Center in Pineville, Louisiana. The project involves replacing a failed 75 KVA ground-mounted electrical transformer, including the removal of the old transformer and concrete pad, installation of a new concrete pad, and replacement of high-voltage feed cables for two research greenhouses. This procurement is crucial for maintaining the operational integrity of the research facilities, ensuring compliance with applicable codes and standards. Interested contractors must submit their offers by December 16, 2025, at 5:00 PM EST, and are encouraged to attend a non-mandatory site visit on December 9, 2025. For further inquiries, contact Brandye Wakefield at brandye.wakefield@usda.gov or Jalisa Sims at jalisa.sims@usda.gov.
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    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.
    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.
    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.
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    Short Term Office Rental Paris, KY
    Agriculture, Department Of
    The Department of Agriculture, specifically the Farm Service Agency (FSA) and Natural Resources Conservation Service (NRCS), is seeking quotes for a short-term office rental in Paris, Kentucky. The procurement requires office space between 1,500 and 4,000 square feet, compliant with the International Building Code and ADA standards, including at least two private offices to accommodate five employees, along with adequate security and parking facilities. This rental is crucial for maintaining uninterrupted service to USDA customers, with a base rental period of 12 months starting December 19, 2025, and four optional one-year extensions. Interested vendors must submit their quotes via email by December 18, 2025, at 1:00 PM ET, and can direct inquiries to Jill Craft at jill.craft@usda.gov.
    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.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.