TTFVRU Prosser Site Head House Remodel Project
ID: 1232SA25Q0092Type: Solicitation
Overview

Buyer

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

NAICS

Residential Remodelers (236118)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the TTFVRU Prosser Site Head House Remodel Project in Prosser, Washington. The project involves replacing existing wood base cabinets, sinks, faucets, countertops, and cupboards with stainless steel fixtures, requiring contractors to provide all necessary labor, materials, and supervision in accordance with specified plans and regulations. This construction project, valued between $25,000 and $100,000, is reserved exclusively for small businesses and must be completed within 90 days following the Notice to Proceed. Interested contractors should submit their proposals by July 11, 2025, and can direct inquiries to Mr. Lam Pham at lam.pham@usda.gov.

    Point(s) of Contact
    Mr. Lam Pham
    lam.pham@usda.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the installation of stainless steel casework at the USDA Agriculture Research Service in Prosser, WA. It specifies the contractor's responsibilities, which include providing a technical and cost proposal, and detailed installation tasks such as supplying sinks, cabinets, countertops, and coordinating plumbing connections. Technical compliance is required with various ARS Facility Design Standards, energy, and sustainability policies, as well as existing local and federal regulations. The contractor is also responsible for managing existing installations, quality control, obtaining necessary permits, and ensuring site cleanliness throughout the project. A warranty of one year is mandated for all work completed, covering defects and damage. The document emphasizes the coordination required with the Owner and adherence to stringent safety and construction standards, reinforcing the government’s commitment to maintain operational integrity during research activities. Overall, it serves to guide contractors in complying with government requirements for public works projects while ensuring efficient collaboration with federal agencies.
    This document outlines the prevailing wage rates and labor regulations for building construction projects in Benton County, Washington, effective from March 14, 2025. It pertains to contracts subject to the Davis-Bacon Act, specifying that contractors must comply with Executive Orders concerning minimum wage, which varies based on the contract award date. Consequently, contracts initiated after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum wage of $13.30 per hour. The document details wage rates for various construction classifications, including electricians, carpenters, and laborers, listed with corresponding fringe benefits. Additionally, it mentions the requirements for paid sick leave under Executive Order 13706 and the process for addressing wage determination appeals. Overall, this file serves as a guideline for contractors involved in federal and state-funded construction projects, ensuring compliance with labor standards and worker protections in the context of government contracts.
    The document outlines the Construction Progress and Payment Schedule (Form ARS-371) required by the U.S. Department of Agriculture's Agricultural Research Service. Its primary purpose is to ensure contractors submit a detailed schedule of work progress and payment requests within 14 days following the Notice to Proceed. Key elements include the breakdown of work by value and percentage, approximate start and completion dates for each branch, and necessary signatures from contractors and contracting officers for approval. The form mandates specific sections including contract details, project location, and contractor information. It emphasizes that even without partial payments, the form is essential to track progress and facilitate any future amendments or change orders. Adherence to the completion dates is crucial, and a copy must accompany each payment request to ensure accurate documentation and accountability in the funding process. Overall, the form supports efficient project management and fiscal oversight in government-funded construction projects.
    The document is a Contractor's Request for Payment Transmittal form utilized in federal contracts, particularly under USDA-ARS guidelines. Its purpose is to facilitate progress payments to contractors by detailing financial transactions linked to a specific project. The form requires essential information such as contract numbers, project details, period of work, and amounts related to the original contract, any change orders, and the total adjusted costs. Crucial sections of the document include values indicating completed work and materials stored on-site, which together establish the total payment requested. Furthermore, contractors must certify that all payment obligations to subcontractors are fulfilled and are not withholding any amounts from them. The form is structured to ensure compliance with federal regulations related to financial transactions in government contracts. Overall, the Contractor's Request for Payment serves as a formal mechanism to track and authorize payments, ensuring accountability and adherence to contractual terms in line with federal grant and procurement standards.
    The solicitation RFQ #1232SA25Q0092 outlines a construction project by the USDA's Agricultural Research Service (ARS) to replace wood cabinets, sinks, faucets, countertops, and cupboards with stainless steel at the USDA facility in Prosser, WA. This firm fixed-price contract, aimed specifically at small businesses, has a project budget ranging between $25,000 and $100,000, with a completion timeframe of 90 days post notice to proceed. The contractor is responsible for all necessary labor, materials, and supervision, and must comply with various specifications and regulations, including obtaining required permits. The proposal submission deadline is set for July 11, 2025, and proposals must include assurances, such as performance and payment bonds if applicable. The request emphasizes adherence to the Buy American Act, which mandates the use of domestic materials for the construction project, with specific exceptions detailed. The document also outlines requirements for project management, reporting, and inspection to ensure compliance with quality and safety standards throughout the construction process. This solicitation emphasizes the government's commitment to supporting small businesses and ensuring that construction practices meet regulatory and operational standards.
    The document pertains to a request for proposals (RFP) for the installation of stainless steel casework at the USDA Agricultural Research Service location in Wapato, Washington. The contractor is required to provide a comprehensive technical and cost proposal for various installation tasks, including the supply and installation of stainless steel upper and lower cabinets, countertops, and sinks, while complying with relevant construction standards and regulations. Key personnel contacts are listed, including a Research Program Representative and an Engineer Project Manager, to facilitate communication during the project. The contractor is responsible for addressing existing installations, obtaining any necessary permits, maintaining quality control, and ensuring site cleanliness. Additionally, a one-year warranty is stipulated to cover conformance and defects, while procedures for inspection and acceptance of work are outlined, ensuring all project requirements are met prior to final payment. This document illustrates the federal government's commitment to maintaining infrastructure within research facilities and highlights the procedural rigor involved in contracting for government projects.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    WA FLAP SKAMAN 92135(1), Wind River Road Slide Reconstruction
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Wind River Road Slide Reconstruction project (WA FLAP SKAMAN 92135(1)) located in Skamania County, Washington. The project involves the construction of retaining walls, installation and replacement of guardrails, culvert lining, and paving over a 0.3-mile stretch of road, aimed at addressing infrastructure challenges due to a slide. This initiative is crucial for enhancing road safety and infrastructure resilience in the area. The estimated contract value ranges from $5,000,000 to $10,000, with a tentative solicitation date set for Fall/Winter 2025 and a completion target for Fall/Winter 2026. Interested parties can direct inquiries to the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520 for further information.
    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.