Additional Elevator Work
ID: 12505B25R0014Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS MWA AAO ACQ/PER PROPPEORIA, IL, 61604, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

MAINTENANCE OF LABORATORIES AND CLINICS (Z1DB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for additional elevator work at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project involves modernizing a passenger elevator to comply with Iowa state code, including updates to the elevator shaft, car, lighting, HVAC systems, electrical systems, and fire safety features. This initiative is crucial for maintaining safety and compliance in public facilities, with an estimated construction cost between $100,000 and $250,000, and a completion timeline of 120 days from the notice to proceed. Interested small businesses must submit their proposals and past performance questionnaires by April 22, 2025, and can direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 4:05 PM UTC
The document pertains to a Construction Progress and Payment Schedule form (ARS-371) mandated by the U.S. Department of Agriculture’s Agricultural Research Service (ARS). This form is essential for contractors to detail the progress of construction projects funded by government contracts. Contractors must submit the form within 14 calendar days after receiving the Notice to Proceed, regardless of whether partial payments are requested. Key components of the form include the contract number, project amount, schedule of payments, and a detailed breakdown of work branches with associated dollar values and completion percentages. Contractors are required to indicate the start and completion dates for each work segment and must sign the form for submission to the contracting officer. An approved copy will be provided to the contractor for record-keeping. This structured process ensures accountability and transparency in the management of federal projects while adhering to the stipulated schedule and payment protocols.
Mar 31, 2025, 4:05 PM UTC
The Contractor's Request for Payment Transmittal is a formal document used within federal projects to request payment from a contractor by detailing various payment elements related to a specific contract. It includes sections for specifying the contract number, project location, and payment requisitions across defined periods, including original contract amounts, adjustments from change orders, and completed work's total value. The form requires itemization of materials stored on-site and calculates the total amount due by subtracting previous requests from the current total. It mandates certifications from the contractor's authorized representative, assuring compliance with contract terms and timely payment to subcontractors. This document is vital for ensuring that payments align with project progress and contractual obligations, emphasizing accountability and transparency in federal contracting arrangements. Overall, it serves to facilitate the financial management of public sector projects and maintain proper funding disbursement practices.
Mar 31, 2025, 4:05 PM UTC
The Past Performance Evaluation Sheet is a critical component in federal contracting proposals, requiring contractors to report on their previous contract experiences and performance quality. Each contractor must complete a sheet for a minimum of three prior contracts, detailing critical information about each project. Key sections include the contractor's name, contract details such as the awarded government agency, contract number, services provided, contract value, performance period, place of performance, and type of contract. Additionally, it mandates contact information for the current contract point of contact, along with an explanation of any received Cure Notices or Show Cause orders. This document serves as a tool to assess a contractor's reliability and capability, ensuring that government agencies can evaluate prior performance effectively when considering proposals. The responsibility of obtaining performance references and contract reviews lies with the contractor, reinforcing the importance of transparency and accountability in government procurement processes.
Mar 31, 2025, 4:05 PM UTC
The document outlines a Request for Proposals (RFP) issued by the USDA for a project aimed at updating a passenger elevator to comply with Iowa state code at the National Laboratory for Agriculture and the Environment in Ames, Iowa. The project is designated as a 100% small business set-aside, with an estimated construction cost between $100,000 and $250,000, and is expected to be completed within 120 calendar days after issuance of the notice to proceed. Key requirements include the contractor's responsibility to ensure all labor, materials, and equipment are provided, adherence to safety regulations, and obtaining necessary permits. The contractor must report biobased product usage and fulfill various inspection and acceptance criteria following project completion. Clauses from federal acquisition regulations regarding performance obligations, payment processes, and adherence to government policies are incorporated throughout. This RFP reflects the government's commitment to compliance with safety and environmental standards while engaging small businesses in federal contracting opportunities.
Mar 31, 2025, 4:05 PM UTC
The Statement of Work (SOW) outlines the requirements for updating the passenger elevator at the National Laboratory of Agriculture and the Environment (NLAE) in Ames, Iowa, ensuring compliance with State of Iowa Code. The elevator, installed in 1989, requires modernization primarily focused on code updates in the elevator shaft and car. The project includes installing new ceiling lighting, relocating HVAC systems, updating electrical systems, and adding fire safety features, among other specifications aimed at meeting state inspection standards. The contractor must be a certified elevator professional with a minimum of ten years of modernization experience. Work is to be carried out during regular business hours, adhering to security measures and requiring a site walkthrough prior to awarding the contract. Monthly progress reports are mandatory, detailing completed work, ongoing issues, and resolutions. The timeline for completion is set at 120 days from the notice to proceed, emphasizing timely execution and regulatory compliance. This initiative demonstrates the government's commitment to maintaining infrastructure and ensuring safety in public facilities through adherence to updated codes and standards.
Mar 31, 2025, 4:05 PM UTC
Lifecycle
Title
Type
Additional Elevator Work
Currently viewing
Solicitation
Similar Opportunities
New Farm Storage Building (Kimberly, ID)
Buyer not available
The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is soliciting proposals for the construction of a New Farm Storage Building at its 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 20 feet by 60 feet lean-to addition, requiring all necessary labor, materials, and supervision to meet specified plans and standards. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure and ensuring compliance with federal regulations, including safety and environmental standards. Interested contractors must submit their proposals by April 28, 2025, with the construction budget estimated between $500,000 and $1,000,000, and a completion timeline of 270 calendar days from the notice to proceed. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.
Construction of addition to BSL-3 lab
Buyer not available
The U.S. Department of Agriculture's Animal and Plant Health Inspection Service is seeking qualified contractors for the construction of an addition to the BSL-3 lab at the Animal and Zoonotic Disease Center in Ames, Iowa. This project involves the construction of a 13,500 square foot biosafety level-3 laboratory, including a crawl space and office space, as well as the conversion of an existing building into a storage facility. The estimated project magnitude exceeds $10 million, and firms with relevant experience in constructing and commissioning BSL-3 or -4 labs are encouraged to submit their qualifications by April 14, 2025, to Jim Roloff at james.g.roloff@usda.gov. The procurement may be set aside for small businesses based on responses to this sources-sought notice, and no solicitation is currently available.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This remodel is crucial for enhancing research capabilities and ensuring compliance with USDA standards for scientific environments. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with prior registration required. For further inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.
J--Elevator Inspections, Maintenance and Repairs
Buyer not available
The U.S. Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the inspection, maintenance, and repair of six elevators located at various sites in Washington State. The contract requires contractors to perform quarterly preventive maintenance, annual inspections, and five-year inspections, ensuring compliance with safety and operational standards while conducting necessary repairs. This procurement is vital for maintaining the functionality and safety of critical infrastructure at federal facilities. The performance period for the contract is set from May 1, 2025, to April 30, 2030, and interested contractors should direct inquiries to Donald Richer at dricher@usbr.gov.
Electrical Wiring Installation for Steam Generator for USDA ARS in Hilo, HI
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking bids for a construction project involving the installation of electrical wiring for a steam generator at its facility in Hilo, Hawaii. The project requires contractors to provide all necessary labor, materials, and supervision to ensure compliance with federal, state, and local codes, including the Davis-Bacon Wage Act, with a completion timeframe of 90 calendar days from the notice to proceed. This initiative is part of USDA's investment in agricultural research infrastructure, emphasizing the importance of reliable steam generation for sanitation processes in various applications. Interested small businesses must monitor the SAM.gov site for the upcoming Request for Quotation (RFQ 12905B25Q0061), expected to be released around April 28, 2025, and are required to register with the System for Award Management to participate in the bidding process. For further inquiries, potential offerors can contact Michael Sherlock at michael.sherlock@usda.gov.
Orchard Irrigation Project
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the Orchard Irrigation Project at the Appalachian Fruit Research Station in Kearneysville, West Virginia. This project involves the construction of water supply facilities, with a total small business set-aside, and is expected to be awarded as a firm-fixed price contract under the NAICS code 237110. The project magnitude is estimated between $1,000,000 and $5,000,000, with a performance period of 180 days following the Notice to Proceed. Interested vendors should monitor the solicitation, which is anticipated to be released around April 15, 2025, and can contact Elizabeth Wilson at elizabeth.wilson2@usda.gov for further information.
12905B25R0008 – Pre-Solicitation Notice RCEW Quonset Hut HVAC/Electrical Installation USDA-ARS-PWA Murphy ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the installation of new HVAC and electrical systems in the Quonset Hut located at the USDA-ARS-PWA facility in Murphy, Idaho. This project aims to address significant HVAC deficiencies in the aging Range and Quonset buildings, which currently hinder operational functionality and safety for staff and visitors. The selected contractor will be responsible for providing all necessary labor, materials, and supervision to complete the work in accordance with established plans and specifications, with a contract value estimated between $250,000 and $500,000. Interested small disadvantaged businesses (SDB) should monitor the SAM.gov website for the forthcoming Request for Proposal (RFP) 12905B25R0008, expected to be issued around April 8, 2025, and may contact Theodore Blume at Theodore.Blume@usda.gov for further inquiries.
Pendleton Building Repairs Project A (Pendleton, OR)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the Pendleton Building Repairs Project A, located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project entails extensive renovations to buildings constructed between 1970 and 1986, focusing on upgrading mechanical and electrical systems, modernizing architectural features, and abating hazardous materials, with a construction budget estimated between $500,000 and $1,000,000. This initiative is crucial for enhancing the operational efficiency and safety of the research facilities, ensuring compliance with current regulations and standards. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Spencer Hamilton at spencer.hamilton@usda.gov.
B6058 Install Elevator
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the installation of a new elevator in Building 6058 at Fort McCoy. The project requires the contractor to provide all necessary parts, labor, tools, equipment, materials, transportation, and supervision, along with related structural, plumbing, HVAC, and electrical work, in accordance with the provided construction documents. This procurement is a Total Small Business Set-Aside under NAICS Code 238290, with a small business size standard of $22 million, emphasizing the importance of engaging small businesses in federal contracting. Interested contractors should submit their proposals, including all amendments, to the primary contact, Todd Dempsey, at todd.a.dempsey.civ@army.mil, or by phone at 502-898-1252, with the proposal due date and questions due date specified in the solicitation amendment.