12905B25R0008 – Solicitation Notice RCEW Quonset Hut HVAC/Electrical Installation USDA-ARS-PWA Murphy ID
ID: 12905B25R0008Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

INSTALLATION OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (N045)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the installation of an HVAC system in the Quonset Hut building located in Murphy, Idaho, under solicitation number 12905B25R0008. This project, which is a total small business set-aside, requires contractors to provide all necessary labor, materials, and supervision, with an estimated construction cost ranging from $250,000 to $500,000 and a completion timeline of 180 days post-award. The procurement emphasizes compliance with federal regulations, including the Buy American Act, and mandates the use of biobased products, OSHA standards, and proper bonding based on contract value. Interested contractors must submit their proposals via email by 10:00 a.m. Pacific Time on June 30, 2025, and can direct inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a federal solicitation aimed at contracting a construction project by the United States Department of Agriculture (USDA) through its Agricultural Research Service (ARS). The project involves the installation of new HVAC systems at the Reynolds Creek Experimental Watershed facility in Murphy, Idaho. The solicitation, numbered 12905B25R0008, outlines that the contractor is required to provide all necessary labor, materials, and supervision to complete the work, with a performance period of 180 days upon notice to proceed. The estimated cost of the project falls between $250,000 and $500,000, adhering to federal contracting rules and incorporating applicable labor decisions. The solicitation emphasizes compliance with all provided specifications and encourages sealed bids from interested parties. The government's clear guidelines reflect adherence to standards and regulatory accountability in public procurement processes, aiming to enhance operational efficiency within USDA's research facilities.
    The document outlines RFP #12905B25R0008, issued by the USDA ARS for the installation of an HVAC system in the Quonset Hut building at a specified location in Murphy, ID. Proposals must adhere to specific guidelines and be submitted by 10:00 a.m. Pacific Time on June 30, 2025, via email. The construction project's estimated cost ranges between $250,000 and $500,000, and the completion date is set within 180 days post-award. All proposals require a bid guarantee, and proper bonding is mandated depending on the contract's value. The use of biobased products is emphasized, as is compliance with OSHA standards and safety protocols. The contractor must manage the work effectively and notify about utility outages in advance. Final acceptance involves thorough inspections and documentation, including as-built drawings and operation manuals. The document stresses the importance of domestic materials in accordance with the Buy American Act while also detailing various compliance aspects and responsibilities for the contractor. A series of special requirements and forms are included to ensure adherence to standards and regulatory expectations throughout the project's duration.
    The "RCEW Building Repairs" project, located at 20117 Upper Reynolds Creek Road, Murphy, ID, is initiated by the USDA Agricultural Research Service (ARS) to install new HVAC systems in the aging Range and Quonset buildings. The Range building, constructed in 1969, serves as a multi-use space for scientists and classes, while the Quonset building, built in 1963, is used for office and workshop activities. Current HVAC deficiencies cause significant workspace issues, rendering the buildings nearly uninhabitable for half the year. The project involves comprehensive planning including site usage restrictions, daily operations during business hours, coordination with existing occupants, and adherence to numerous construction and safety regulations. Key management procedures encompass a detailed submittal process, contractor coordination, and compliance with governmental safety requirements. The initiative is essential for enhancing operational functionality and meeting safety standards, thereby supporting ARS’s scientific missions and improving working conditions for staff and visitors.
    The USDA Research Facility in Murphy is set to undergo significant renovations to upgrade its mechanical HVAC systems in two buildings: the Quonset (built in 1963) and the Range Building (constructed in 1969). The current HVAC equipment is largely outdated or non-functional, prompting the need for removal and replacement with modern systems that comply with current codes and user needs. The project will require careful coordination with the facility team to manage necessary building shutdowns for installation. The scope includes a base bid for work on the east portion of the Range Building, with two alternates: one for the west portion of the Range Building and another for the Quonset Building. Comprehensive electrical drawings are provided to outline specific electrical requirements for the project. The summary also emphasizes adherence to state and local regulations, safety protocols, and the provision for future maintenance accessibility in the design, demonstrating the USDA's commitment to facility improvement and efficient operation.
    The USDA Agricultural Research Service (ARS) outlines a construction progress and payment schedule form (ARS-371) required for contractors involved in federal grant projects. The form is to be submitted within 14 calendar days of receiving the Notice to Proceed, irrespective of whether partial payments are requested. Key components include detailing the contract number, project amount, timeline (both start and completion dates), and the contractor's details. The form comprises columns for breaking down the value and percentage of work completed in each project phase. Contractors must sign the form before approval by a contracting officer, who will return a copy for the contractor’s records. This form ensures proper tracking of project progress and adherence to schedules, which is essential for effective project management within governmental contracts. It emphasizes accountability and transparency in funding and project execution under federal guidelines for construction projects.
    The document serves as a Contractor's Request for Payment Transmittal, detailing the financial aspects related to a specific contract for a government project. It includes critical sections such as the original contract amount, adjustments for change orders, work completed, and materials stored on site. The form necessitates the contractor to provide a comprehensive account of the total value of work done and materials available, along with deductions for previous requests to establish the net payment due. Essential signatures from the contractor's authorized representative and relevant project management personnel indicate approval and conformity with contractual obligations. The certification statements reinforce compliance with regulations, ensuring timely payments to subcontractors and suppliers. This document is pivotal in the processing of progress payments within the framework of government RFPs and grants, reflecting a systematic approach to financial accountability and contract adherence.
    The document is a Request for Information (RFI) related to a government project titled "RCEW Quonset Hut HVAC," located at the USDA-ARS-PWA NWRC in Murphy, Idaho. It outlines the requirements for submitting questions or requests for clarification regarding the solicitation. Contractors are instructed to reference specific sections of the documents when inquiring, to ensure timely responses from the Government. The RFI includes mandatory fields such as the project number, submitted by details, and a designated email address for submissions, which must include the RFI number in the subject line. Responses to inquiries will be communicated via Solicitation Amendments, and it is the responsibility of offerors to receive and acknowledge all amendments. The document emphasizes the importance of adherence to specified procedures for effective communication and project advancement.
    The document is a Request for Proposal (RFP) # 12905B25R0008 from USDA-ARS-PWA, specifically focusing on the Past Performance Questionnaire (PPQ) required for contractor evaluation. Contractors must fill out personal information and contact clients to have them complete the second section of the questionnaire, which assesses project performance across various metrics—including technical, quality, schedule, and cost performance. The questionnaire is structured into two sections: one for the contractor to complete with project specifics, and another for clients to rate the contractor’s performance and indicate willingness to engage the contractor again. The information collected will aid in determining the contractor's capabilities and reliability for future projects related to federal grants and RFPs. This process emphasizes thorough documentation and client feedback to streamline the evaluation of contractor past performance.
    The document pertains to government correspondence addressing the USDA ARS PWA RCWE, specifically directed to Barry Caldwell at a designated address in Murphy, Idaho. While the content of the file is limited, it indicates the formal administrative structure associated with the USDA's Agricultural Research Service. Such documents are part of larger efforts to facilitate federal requests for proposals (RFPs), grants, or statements of work in relation to agricultural research initiatives. The presence of recipient information demonstrates compliance with contact protocols required in federal dealings. This essential correspondence can be viewed as a component within the government's broader framework for managing research funding and executing projects that align with agricultural objectives and regulatory standards. Overall, this document underscores the importance of communication and organization in public sector operations.
    Similar Opportunities
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    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.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    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.
    RFP - Construction Services for MI-8 Test Stand HVAC
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (FNAL), is soliciting proposals for construction services related to the MI-8 Test Stand HVAC project in Batavia, Illinois. The project aims to install a new HVAC system to enhance cooling capabilities for future experiments, requiring comprehensive construction services including installation of a rooftop unit, ductwork, and electrical work, along with necessary management and coordination of subcontractors. This opportunity is set aside for small businesses under NAICS code 238220, with a total project duration of 231 calendar days and adherence to specific safety and quality standards mandated by federal regulations. Interested parties must attend a pre-proposal meeting on December 3, 2025, and submit proposals by December 23, 2025, with all inquiries directed to Gina M. Kern at ginakern@fnal.gov.
    CFA-699 HVAC Replacement Project
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory in Turners Falls, Massachusetts. The contract includes a base year and four optional one-year extensions, with services required to ensure the efficient operation of various HVAC systems, including boilers and air handlers, as outlined in the Statement of Work. This procurement is a total small business set-aside under NAICS code 238220, with a size standard of $19 million, and the award will be based on the Lowest Price Technically Acceptable criteria. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Susan Ruggles at sruggles@usgs.gov.
    CFA-1609 HVAC
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system servicing CFA-1609 at the Idaho National Laboratory (INL) in Idaho Falls, Idaho. The current HVAC system is outdated, inefficient, and utilizes obsolete refrigerant, necessitating a complete replacement to ensure operational reliability and environmental control. This project involves the removal of existing equipment and installation of new components, including a 15-ton fan coil and condensing unit, along with associated piping and controls. Interested vendors must submit their EOIs by May 1, 2026, including company details, HVAC capabilities, NAICS codes, business size classification, and any relevant federal contracting experience to Chase Egbert at chase.egbert@inl.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    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.