Window Replacement
ID: 1232SA25R0023Type: Presolicitation
Overview

Buyer

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

NAICS

Finish Carpentry Contractors (238350)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for a window replacement project at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The project involves the removal of old glass and the installation of new Solar Ban 70X XL Glass units, along with safety and security film, and is estimated to cost between $250,000 and $500,000. This opportunity is set aside for total small businesses, emphasizing the importance of compliance with safety and environmental regulations, including OSHA standards. Interested contractors must register for a mandatory site visit by August 15, 2025, and acknowledge receipt of Amendment 0001 by August 22, 2025, with further inquiries directed to Kelly Wright at kelly.wright@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture, Agricultural Research Service, is soliciting proposals for the replacement of windows and installation of safety and security film at the Dale Bumpers National Rice Research Center in Stuttgart, Arkansas. The project requires the removal of old glass and installation of new Solar Ban 70X XL Glass units with argon gas, including new rubber seals and resealing of existing frames. All new glass must have 8 mil, clear 3M Scotchshield Safety and Security window film installed. Contractors are responsible for all parts, equipment, and labor, and must coordinate with staff to avoid disrupting research. A mandatory site visit is required to confirm dimensions and conditions. The contractor must be registered in the System for Award Management (SAM) and adhere to various codes and standards, including ARS 242.1M “ARS Facilities Design Standards,” and local, state, and federal codes. The project has a 90-day completion timeline from the notice to proceed, with work hours from Monday to Friday, 7 A.M. to 4 P.M.
    The document outlines a government file, likely an RFP or grant, detailing requirements for a system or service. It specifies technical standards and operational procedures across multiple sections. Key areas include data handling, system integration, and compliance with various regulations. The document emphasizes secure data management, efficient processing, and adherence to established protocols. It also touches upon maintenance, support, and continuous improvement. The structure indicates a comprehensive framework for implementation and ongoing operations, with a strong focus on technical specifications and regulatory compliance.
    The provided government file, likely an excerpt from a federal, state, or local Request for Proposal (RFP) or grant document, outlines a procurement for
    This document, "1232SA25R0023 Attachment 4 - Questions and Answers," clarifies key aspects of a government project, likely a Request for Proposal (RFP) for window-related work. It addresses contractor inquiries regarding project execution and site requirements. All window frames must be cleaned, and access to lab areas requires advance scheduling. Designated areas for staging, materials, parking, and deliveries will be provided without additional restrictions beyond the Scope of Work. Contractors can use existing 110 receptacles and outdoor water. No specific format is required for electronic material submittals, but mock-ups of 3M Scotchshield film are mandatory. No hazardous materials are present in window areas. Work must be performed during business hours (7:00 AM - 4:00 PM, Monday-Friday). LincPass badges are not required; however, all personnel must sign in/out daily and be escorted. No additional USDA or ARS safety protocols beyond OSHA are mandated. These answers streamline project understanding and set clear expectations for potential contractors.
    The document outlines mandatory site visit attendance for the "1232SA25R0023" solicitation, managed by Robert Ideker at SNARC/DBNRRC. The site visit is scheduled for August 19, 2025, at 10:00 AM local time. Interested contractors must register by August 15, 2025, by emailing kelly.wright@usda.gov and robert.ideker@usda.gov. The email must include "1232SA25R0023 Site Visit Registration" in the subject line, along with attendee names and company information. Unregistered contractors will not be granted access to the site visit, and late registration requests will not be accepted. This emphasizes a strict protocol for participation in the bidding process.
    Amendment 0001 for solicitation 1232SA25R0023, issued by USDA ARS ACQUISITION AND PROPERTY D, adds "Attachment 4 Questions and Answers 1232SA25R0023" to Section J. This amendment, effective August 8, 2025, requires offerors to acknowledge its receipt by August 22, 2025, using methods such as completing and returning copies of the amendment or submitting a separate letter or electronic communication. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged. The document outlines procedures for modifying existing offers based on this amendment.
    The federal government is soliciting offers for the replacement of windows and installation of safety and security film at the Dale Bumper National Rice Research Center in Stuttgart, AR. This construction project, estimated between $250,000 and $500,000, is set aside for total small businesses, with a NAICS code of 238350. The contractor must commence work within 10 calendar days of receiving the notice to proceed and complete it within 90 days. Key requirements include mandatory SAM registration, provision of performance and payment bonds, and strict adherence to safety and environmental regulations, including OSHA standards. The contractor is responsible for obtaining all necessary permits and licenses, managing the work, and providing qualified personnel, including an on-site superintendent. The solicitation details invoicing procedures, payment for stored materials, daily construction reports, and performance evaluations (CPARS). Special contract requirements cover insurance, use of premises, handling of archaeological sites, erosion control, and biobased product usage. The project also outlines specific workweek limitations and requires the submission of various documents, such as as-built drawings and operation and maintenance manuals.
    Lifecycle
    Title
    Type
    Solicitation
    Window Replacement
    Currently viewing
    Presolicitation
    Similar Opportunities
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) at Auburn University in Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) to a new Research Park site, which includes the construction of the laboratory, associated utilities, pavements, and optional additional facilities such as a lab annex, greenhouse, and other site-related structures. The successful contractor will play a crucial role in enhancing agricultural research capabilities, with the solicitation currently open and no set-aside restrictions. Interested parties 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.
    Replacement Sallyport Grill Low Project: 25Z5AA4-Revised
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking contractors for the Replacement Sallyport Grill project at the Federal Correctional Complex in Forrest City, Arkansas. The project involves the removal of the existing grill and the installation of a new custom-fabricated stainless steel grill that meets specific design and safety requirements, including electronic and manual locking mechanisms. This procurement is crucial for maintaining the security and operational integrity of the facility, emphasizing compliance with federal regulations and safety protocols. Interested contractors must submit their quotations by December 16, 2024, and can direct inquiries to Essie Burton at eburton@bop.gov or by phone at 870-494-4230.
    Z2DA--Project 521-22-119 NRM Replace windows (VA-26-00016046)
    Buyer not available
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the construction project titled "Replace Windows Phase III" at the Birmingham VA Medical Center in Alabama. This project involves the demolition and replacement of existing windows, including the installation of non-operable windows, interior wall painting, and the replacement of select windowsills, all while ensuring compliance with safety regulations regarding asbestos and lead removal. The estimated construction cost is between $5 million and $10 million, with the solicitation expected to be released on January 8, 2026. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), are encouraged to contact Contracting Officer Zaire Naylor at Zaire.Naylor@va.gov or (803) 776-4000 ext. 4359 for further details.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    NEW | 549-22-800 Replace Windows Building 2J
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of windows in Building 2J at the Dallas VA Medical Center. This project, valued between $5,000,000 and $10,000,000, requires the contractor to provide all necessary labor, materials, and supervision to replace operable and non-operable windows, skylights, and atrium windows, ensuring compliance with current energy efficiency standards and building codes. The work is critical for maintaining the operational integrity of the medical facility while adhering to stringent safety and infection control protocols due to the continuous occupancy of patient care areas. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit proposals via email by January 14, 2025, with a site visit scheduled for December 17, 2025, and questions accepted until January 6, 2026. For further inquiries, contact Nicholas L. Smith at nicholas.smith21@va.gov or Rhonda Richardson at rhonda.richardson5@va.gov.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Z--SRF Building Asbestos Abatement
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL Site Visit Roster
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a special notice for a site visit roster related to the construction of the USDA-ARS Auburn Lab in Auburn, Alabama. This opportunity is aimed at gathering interested parties for a site visit scheduled for December 3, 2025, as part of the procurement process for commercial and institutional building construction services. The construction project is significant for enhancing agricultural research capabilities and infrastructure. Interested vendors 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 regarding the site visit and procurement process.
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.