U.S. Department of Agriculture Seeks to Lease Office and Related Space in Rockville, IN
ID: 57-18121-23-FAType: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-MGMT SVS DIVWASHINGTON, DC, 20250, USA

PSC

LEASE/RENTAL OF OFFICE BUILDINGS (X1AA)
Timeline
    Description

    The U.S. Department of Agriculture (USDA) is seeking to lease office and related space in Rockville, Indiana, through a solicitation process managed by the Farm Production and Conservation Business Center. The USDA requires a minimum of 4,900 to a maximum of 5,145 usable square feet of office space, with specific parking and accessibility requirements, including provisions for electric vehicle charging and a hitching post for horses. This procurement is crucial for maintaining USDA operations in the area, with the anticipated award date now pushed to March 2025 following several amendments to the solicitation timeline. Interested parties should submit their offers by September 16, 2024, and can contact Heather Schmitt at heather.schmitt@usda.gov or 724-482-5288 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a lease agreement between a lessor and the United States government, specifically the USDA, for leased premises at the USDA Service Center in Rockville, IN. It outlines the terms, conditions, and responsibilities for both parties regarding the lease of office space, including rent payments, lease term, termination rights, and construction standards. Key components include specified premises details, rent calculations, required renovations, and compliance with various federal standards, including the Energy Independence and Security Act. Parking provisions and maintenance responsibilities, including janitorial services and utility management, are also detailed. Moreover, alterations requested by the government are governed by specific procedures, emphasizing that only authorized representatives can make decisions regarding modifications or lease agreements. The document prioritizes transparency and compliance in its requirements for any construction or renovation work and mandates adherence to safety standards, environmental regulations, and labor laws. Overall, this lease underscores the collaboration between the USDA and the lessor to ensure the specified office space meets government standards, facilitates government functions, and maintains a focus on sustainability.
    The USDA has issued Request for Lease Proposals (RLP) No. 57-18121-23-FA for a lease in Rockville, Indiana, with offers due by May 9, 2024, at 4:30 PM ET. The proposal seeks between 4,900 and 5,145 ANSI/BOMA ABOA square feet in a modern quality building. The lease will span a term of 10 years, with 5 years firm, requiring conditions regarding security, accessibility, environmental, and historical considerations. The RLP includes detailed sections outlining eligibility requirements, pricing terms, and methods of award for lease proposals. Offerors must provide evidence of financial capacity, zoning compliance, and the absence of hazardous materials like asbestos. The document emphasizes adherence to sustainability standards aligned with the Energy Independence and Security Act, requiring properties to have an ENERGY STAR® label unless exemptions apply. The selection process prioritizes efficient layouts and may favor historic properties. Compliance with various safety and environmental regulations is mandatory throughout the proposal process. The government’s evaluation will factor in costs, compliance, and building safety standards, ensuring all proposals meet the specified criteria before awarding the lease.
    The government seeks to define and delineate a specific area in Parke County, Indiana, encompassing Rockville and its surroundings. The boundaries are carefully outlined using road intersections and directions, forming a clear geographical scope. This information is likely crucial for some procurement related to the defined area, possibly involving mapping, infrastructure, or development projects. The precise location and extent of the area are essential for any contractor considering bid submission.
    The document outlines the Agency Specific Requirements (ASRs) for Lease No. 57-18121-23-FA at the USDA Service Center in Rockville, IN. The ASRs specify the space requirements, room descriptions, and necessary features to be included in the lease. Essential spaces outlined include private offices, open office areas, conference rooms, break rooms, secure storage, and specialized areas like an ADP/IT server room and a mud room. Each space has detailed specifications for size, layout, safety, and security features, including electrical and data wiring requirements. Key features required outside the shell costs include telecommunication installations, secure mailboxes, signage, fire safety equipment, and a hitching post for horses. Physical security measures include hardened customer service counters, intrusion detection systems, and emergency lockdown capabilities. The Lessor must install Electric Vehicle Supply Equipment (EVSE) infrastructure as part of Tenant Improvement costs. The document serves as part of the federal government's Request for Proposals (RFP), ensuring the USDA's needs are met efficiently and in compliance with regulations. This structured approach highlights the government's emphasis on secure, functional, and compliant office environments to support its operations.
    The document outlines the proposed design requirements for federal office space, specifically for the NRCS and FSA in Rockville Park County. It details the space allocations totaling 4,900 square feet of usable area (ABOA), with a maximum of 5,880 rentable square feet (RSF) allowed. Each area is specified, including consultation rooms, storage, and offices, with dimensions and functions clearly delineated. Crucially, the design emphasizes shared amenities like break rooms and reception areas, which foster collaboration. Restroom facilities are acknowledged but not counted in the total square footage for the USDA suite. This plan plays a significant role in meeting the needs of federal agencies as they seek registered proposals for office space, ensuring compliance with specific functional requirements while optimizing available square footage for efficient operation. Overall, this design serves as a functional blueprint catering to the operational needs of the NRCS and FSA and their collaboration with potential lessors.
    The document outlines specific agency requirements for the renovation of the USDA Service Center in Newark, OH, as part of Lease No. 57-18121-23-FA. Key improvements mandated include comprehensive renovations to office space, upgrades to the telecommunications room, and strict separation between USDA and Soil and Water Conservation spaces to maintain operational integrity during potential government shutdowns. The lessor must ensure that the renovations allow for the ongoing functionality of USDA operations, including a detailed phasing plan for construction and moving services for staff. Essential updates also include replacing doors, lighting, carpeting, and restroom facilities to comply with accessibility standards while enhancing security measures, such as installing cipher locks and upgrading the HVAC system for improved air circulation. The document emphasizes adherence to federal and local safety codes, including exterior improvements to resolve water infiltration issues and the installation of compliant signage. Furthermore, it highlights the necessity of using CAT-6 wiring and other technology upgrades. This detailed outlines ensure that all aspects meet the USDA's operational and safety requirements, reflecting standard practices for government facility leases and renovations.
    The "ADP and Wiring Guidelines" document outlines the standards and specifications for infrastructure operations related to Automated Data Processing (ADP) and telecommunications within federal agencies. Published on November 3, 2023, it consolidates previous regulations and provides detailed guidance for the installation of electrical circuits, data and voice cabling, and workspace configuration. Key components include the installation of dedicated circuits for ADP equipment with specific electrical requirements, uninterruptible power supply (UPS) setups, and usage specifications for different types of data cabling, such as Category 6 (CAT6). The document emphasizes compliance with physical space guidelines for ADP rooms, mandating proper size, temperature, humidity control, and security features. Responsibilities for overseeing these installations rest with the Office of the Chief Information Officer’s Client Experience Center (OCIO-CEC) and the Mission Area leasing agent. The guidelines facilitate coordination for future infrastructure consolidations and resource sharing, ensuring efficient operation of federal IT spaces. The document serves as essential reference material for agencies involved in federal RFPs and grants, ensuring compliance and operational consistency across government IT environments.
    The USDA Facility Signage Guide provides a framework for creating cohesive and compliant signage and wayfinding systems for USDA facilities, both internally and externally. Its main purpose is to ensure consistent representation of the USDA brand and to enhance visitor orientation and access. The guide specifically emphasizes the importance of ADA compliance for all interior signage and adherence to special requirements for facilities within the Washington, DC, metropolitan area. Key components include the mandatory use of USDA signature lockups, which combine the USDA Symbol and Department name, with strict guidelines on their placement and visibility. The document outlines the design elements, including color schemes and preferred typefaces, as well as requirements for various signage types such as free-standing, directional, and office room signs. Additionally, building directory signage is mandated when necessary, highlighting organizational structure and ensuring clarity for users. Overall, this comprehensive guide aims to streamline and modernize the way the USDA communicates its identity and facilitates navigation within its facilities, reinforcing its role as a welcoming government entity.
    The document presents Level I Security Requirements for federal leased facilities, outlining essential security measures to ensure safety and compliance. Key areas of focus include access control at facility entrances, securing critical areas, and visitor identification procedures. The Lessor must implement a physical access control system (PACS) in coordination with the Federal Protective Service, maintain strict access to critical areas, and control public restroom availability. Interior space security requires identity verification of individuals seeking access and a formal key control program. The document emphasizes the need for regulatory signage, proper landscaping to reduce concealment opportunities, and secure fire safety measures. Security systems, including video surveillance and intrusion detection, must be tested regularly. Cybersecurity is a major concern, prohibiting the connection of building access control systems to government IT networks and mandating prompt incident reporting. Recommendations for cybersecurity measures include compliance with DHS and NIST guidelines, strong encryption, and adherence to best practices in system configuration and updates. Overall, the document underscores the government's commitment to ensuring a secure environment within leased facilities, detailing the responsibilities of lessors in maintaining stringent security protocols and cooperation with government authorities.
    The document outlines the General Clauses for the Acquisition of Leasehold Interests in Real Property, serving as a framework for leases between the government and lessors. It includes provisions related to definitions, subletting, compliance, inspection rights, default by lessors, adjustments for illegal activity, and contractor conduct. Key provisions emphasize the government's rights, including subleasing without waiving obligations and the right to inspect for compliance with health and safety standards. Payment terms detail the process for rent and other payments, including penalties for late payment. Additionally, there are clauses ensuring compliance with labor standards, cybersecurity requirements, and small business utilization. The purpose of these clauses is to standardize leasing processes, ensure adherence to federal regulations, and protect both parties' rights while fostering a fair and transparent leasing environment. This structure underscores the importance of regulatory compliance and operational efficiency in government leasing agreements, essential in both federal and local RFP contexts.
    The government document details a federal request for proposals (RFP) and grant information concerning wage rates and related labor standards. It outlines the requirements for compliance with established wage levels for government-funded projects, specifying necessary documentation and methodologies for determining wages. Key sections include stipulations on the eligibility of laborers, exemptions, and the process for reporting wage discrepancies. The document emphasizes the importance of adhering to federal labor regulations to ensure equitable compensation across various state and local projects. Other relevant details involve the procedures for submitting proposals, deadlines, and criteria for evaluating compliance and eligibility. This document is critical for contractors and stakeholders in understanding their obligations under federal and local legislation, particularly how wages must align with local economies and labor standards.
    The document outlines the solicitation provisions related to the acquisition of leasehold interests in real property by the federal government. Key sections detail the submission process for proposals, emphasizing the importance of compliance with set guidelines such as acknowledgment of amendments, the acceptable formats for proposals, and the conditions under which late submissions may be considered. Additionally, it discusses the restrictions on data disclosure, evaluation criteria for proposals, and the requirements for lease execution by individual, partnership, and corporate lessors. Important provisions also highlight compliance evaluations for contracts exceeding $10 million, the necessity for contractors to register in the System for Award Management (SAM), and adherence to the Federal Acquisition Supply Chain Security Act orders. The document ensures transparency and fair competition while reinforcing the government’s right to accept, negotiate, or reject proposals for its best interest. Overall, these guidelines serve to standardize the proposal process and establish criteria for responsible award decisions in federal property leasing agreements.
    The document outlines a representation form regarding certain telecommunications and video surveillance services or equipment, as mandated by federal law, specifically the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It establishes the responsibilities of the Offeror—defined as the property owner—regarding the use of covered telecommunications equipment or services which may pose national security risks. The form requires Offerors to affirm whether they will or will not provide such equipment/services, alongside disclosures about those offerings if applicable. Key components include definitions of critical terms, prohibitions on the procurement of covered systems, and a process for reviewing the System for Award Management (SAM) for excluded parties. The Offeror must conduct reasonable inquiries and provide detailed disclosures if they respond affirmatively regarding their use of covered equipment/services. The document emphasizes compliance with federal regulations to ensure the integrity of telecommunications procurement within government contracts, promoting transparency and security in federal acquisitions.
    The document appears to be a technical note or alert regarding compatibility issues with PDF viewers, specifically outlining the need for users to upgrade to the latest version of Adobe Reader to access the intended contents. It emphasizes that not having the proper software may prevent the display of the document, thereby hindering the review of essential federal government Request for Proposals (RFPs) and grants. The note includes links to upgrade resources for Adobe Reader and mentions trademarks of major tech companies, which are seemingly irrelevant to the core topic concerning RFPs and grants. Therefore, the main purpose of the text is to inform users about potential accessibility problems with the PDF format, urging them to take action to ensure they can read the intended government documentation.
    The document, titled "Lessor's Annual Cost Statement," is an essential part of the federal Government Services Administration (GSA) process for determining rental charges and annual operational costs associated with leased properties. It contains two main sections: the first estimates annual costs of services and utilities provided by the lessor, including categories such as cleaning, heating, and maintenance. The second section estimates costs of ownership, excluding capital charges, and covers essential expenses such as insurance, taxes, and management fees. The statement requires lessors to provide detailed estimates for the entire building as well as for the area leased by the government. It underscores the GSA's policy that rental charges should align with prevailing market rates and mandates comprehensive cost disclosures for accurate market valuation. The format includes sections for signatures and certifications to confirm the accuracy of reported figures. This document supports government transparency and financial accountability in lease arrangements, ensuring that the government receives fair value for leased space and services.
    The General Services Administration (GSA) has issued a prelease evaluation form focused on fire protection and life safety for office buildings. The document is divided into two parts based on the floor location of the offered space: Part A for spaces below the 6th floor, and Part B for those at or above. The evaluation must comply with the latest building and fire codes of the respective jurisdiction, with specific egress requirements referencing the National Fire Protection Association (NFPA) standards. Part A includes basic building information, including the address, number of floors, and space details. It contains critical yes/no questions regarding the presence of fire safety systems, such as automatic fire sprinklers, fire alarm systems, exit signs, and emergency lighting. Additionally, it assesses compliance with local codes for fire safety measures. The document concludes with an attestation from the offeror, ensuring the information provided is complete and accurate. This prelease evaluation is essential for determining whether the proposed office space meets the necessary fire safety and life protection standards, which are crucial in the context of government requests for proposals (RFPs), grants, and facility planning.
    The document outlines the cost structure and required components for tenant improvements (TIs) in government leases, specifically for a project located in Rockville, Indiana. It categorizes construction tasks according to the Masterformat system, detailing costs across various divisions including general requirements, site work, and specialized construction elements. The sheet includes a line-item cost summary, breaking down expenses such as accessibility requirements, building structure completion, electrical systems, HVAC adjustments, and finishes. Key components are delineated between what is included in the shell rate and what falls under the tenant improvement allowance. For instance, essential features like doors, ceilings, and plumbing are outlined, emphasizing the specifics necessary for compliance with federal and local standards, including LEED certification for sustainability. The overall purpose is to provide a comprehensive cost analysis for government contractors to facilitate budgeting and project management during the renovation or improvement of leased spaces. This structured approach ensures alignment with government requirements while promoting transparency in the bidding process.
    The document outlines requirements for seismic compliance in federally leased or owned buildings through a series of offer forms. It consists of pre-award forms (A through D) and post-award forms (E and F) to confirm adherence to RP 8 standards. Form A is for benchmark buildings, while Form B addresses existing buildings' compliance evaluations. Form C distinguishes between retrofitting existing buildings and new constructions, requiring commitment to seismic standards. Form D offers exemption criteria based on building size and seismicity level. After a building is leased, Forms E and F are employed to certify that the retrofitting or new construction meets applicable seismic codes. Definitions of key terms related to the process, such as the role of licensed engineers and used codes (ASCE/SEI 31 and ASCE/SEI 41), are provided. The forms must include supporting documentation as specified in the RLP (Request for Lease Proposals). Overall, this document emphasizes the importance of structural safety in federal buildings across various seismic risk zones and outlines the certification processes to ensure compliance, reflecting federal oversight in maintaining safety standards in construction and leasing practices.
    The government agency seeks to extend the deadline for offers in response to a previous solicitation. The focus is on acknowledging the amendment and extending the submission deadline to June 10, 2024, 4:30 p.m. (EDT). This amendment does not alter the terms and conditions of the original solicitation, maintaining the status quo while providing offerors additional time for response. The anticipated award date has also been pushed back to December 2024. Offerors are required to sign and return the amendment, confirming their acceptance of the revised terms.
    The Department of Agriculture's Farm Production and Conservation division seeks to extend the submission deadline for an ongoing solicitation. The original due date of June 10, 2024, is pushed back to July 15, 2024, delaying the anticipated award to January 2025. This amendment does not alter other terms and conditions of the solicitation, maintaining the requirement for offerors to acknowledge receipt and permitting changes to offers prior to the new deadline. The focus of procurement remains unchanged, seeking responses to provide goods or services as outlined in the initial solicitation. Offerors should carefully review and acknowledge this amendment to avoid rejection.
    The Department of Agriculture's Farm Production and Conservation division seeks to amend a solicitation for negotiated procurements. The primary objective is to extend the deadline for submission of responses, pushing it back to August 16, 2024, at 4:30 p.m. Eastern Time. This amendment does not alter any other terms or conditions of the solicitation. Initially due on April 11, 2024, the extension provides potential offerors additional time to submit their proposals. Offerors must acknowledge receipt of this amendment and are encouraged to review it along with the original solicitation for a comprehensive understanding of the requirements. The anticipated award date is now scheduled for February 2025.
    The Department of Agriculture's Farm Production and Conservation branch seeks to extend the response deadline for an ongoing solicitation. The original due date of August 16, 2024, is pushed back to September 16, 2024, at 4:30 p.m. EDT. This amendment does not alter any other terms or conditions of the solicitation, which remains focused on procuring services related to management and administration for lease acquisitions. Offerors should acknowledge receipt of this amendment and are permitted to make changes to their proposals, provided they reference the solicitation and this amendment. The anticipated award date is now March 2025.
    Similar Opportunities
    United States Department of Agriculture (USDA) Seeks General Office Space for Lease in Valdosta, Georgia
    Buyer not available
    The United States Department of Agriculture (USDA) is seeking to lease general office space in Valdosta, Georgia, as part of its procurement efforts through the Farm Production and Conservation Business Center. The USDA requires a facility with a minimum of 4,288 square feet and a maximum of 4,503 square feet, accommodating various USDA components, including reserved parking spaces and specific security features. This office space is crucial for the effective operation of USDA personnel, ensuring compliance with governmental standards for safety, accessibility, and environmental sustainability. Interested offerors must submit proposals by March 14, 2025, with occupancy anticipated by July 1, 2025; inquiries can be directed to Marty Glann at marty.glann@usda.gov or by phone at 501-745-5161.
    3IN0240 U.S. Government seeks office space in Fort Wayne, IN
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office space in Fort Wayne, Indiana, with a requirement for a minimum of 6,156 and a maximum of 6,772 square feet. The leased space must include 18 structured parking spaces and be contiguous, preferably located on the second floor or higher, while adhering to specific security, fire safety, and accessibility standards. This procurement is crucial as it addresses the government's need for new office accommodations due to the expiration of the current lease, with expressions of interest due by March 7, 2025, and an anticipated occupancy date of August 1, 2026. For further inquiries, interested parties can contact Lauren Calamari at lauren.calamari@gsa.gov or by phone at 312-420-3221.
    Pre-Solicitation Notice for Leased Space in Frederick, Maryland
    Buyer not available
    The General Services Administration (GSA) is seeking offers for the lease of office space in Frederick, Maryland, specifically within the Central Business District (CBD) area. The requirements include a minimum of 4,112 square feet of contiguous office space located on the second floor or higher, along with nine surface parking spaces, under a 15-year lease with a firm term of 10 years. This procurement is essential as the GSA is evaluating relocation options due to the expiration of their current lease, ensuring compliance with various safety and sustainability standards. Interested parties must submit expressions of interest by March 19, 2025, with anticipated occupancy around August 5, 2026; for further details, contact Elizabeth McCullough at elizabeth.mccullough@gsa.gov or call 267-593-2398.
    General Services Administration (GSA) seeks to lease the following space: Solicitation No. 9MD2402
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and office facility in Hyattsville, Maryland, under Solicitation No. 9MD2402. The required space totals approximately 123,123 ABOA square feet, including 106,120 square feet of warehouse and 17,003 square feet of office space, with specific requirements for ground-floor access, a secured perimeter, and adequate loading facilities. This procurement is essential for meeting government facility needs while adhering to standards for fire safety, accessibility, and sustainability. Interested parties must submit their Expressions of Interest by March 7, 2025, with occupancy anticipated by December 2026; for further inquiries, contact Brad Seifert at bradford.seifert@gsa.gov or Hunter Powell at hunter.powell@gsa.gov.
    Lease of Office Space within Region 3. Request for Lease Proposals (RLP) #25REG03 - Office Space
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of office space in La Plata, Maryland, as outlined in Request for Lease Proposals (RLP) 25REG03. The procurement requires a space ranging from 4,690 to 4,925 square feet with a lease term of ten years, including an eight-year firm period, and specific features such as three reserved parking spaces and mail service on site. This initiative is crucial for accommodating government operations while ensuring compliance with federal, state, and local regulations regarding safety and sustainability. Interested vendors must submit their offers by February 7, 2025, at 7:30 PM EST, and can reach out to Jackson Sigler at jackson.sigler@gsa.gov or Jennifer M Kauffmann at jennifer.kauffmann@gsa.gov for further inquiries.
    X1DZ--X1DZ--Space for Lease Hagerstown, MD for 11,987 Net Usable Square Feet/ 13,785 ABOA/ 18,610 Rentable Square Feet
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the lease of approximately 11,987 net usable square feet of space in Hagerstown, MD, to establish a Community-Based Outpatient Clinic (CBOC). The facility must comply with the Patient Aligned Care Team (PACT) model and include various designated areas such as waiting rooms, exam rooms, and staff offices, all adhering to federal standards for accessibility and security. This procurement is crucial for enhancing healthcare services for veterans, ensuring that the facility meets operational needs while providing a safe and efficient environment. Proposals are due by March 12, 2025, with a pre-proposal meeting scheduled for February 18, 2025, at the Martinsburg VA Medical Center; interested parties should contact Lease Contract Specialist Rachael Hallock at Rachael.Hallock@va.gov for further information.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement requires 88 contiguous reserved parking spaces with 24/7 access, ensuring compliance with safety and energy efficiency standards, and mandates that proposals be submitted by March 14, 2025, at 4 PM EST. This opportunity is critical for supporting government operations, as it facilitates the parking needs of federal employees and visitors. Interested parties can contact Bettina Yeh at Bettina.Yeh@gsa.gov or 202-834-5910 for further information.
    General Services Administration (GSA) seeks parking space in Washington DC: Solicitation No. 2DC0648
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the leasing of parking space in Washington, DC, under Solicitation No. 2DC0648. The procurement aims to secure 88 contiguous structured parking spaces that must meet specific requirements, including 24/7 access and minimum height clearance, with proposals due by March 14, 2025. This opportunity is significant for ensuring adequate parking facilities for government operations, and it encourages participation from HUBZone small businesses, subject to certain conditions. Interested parties should direct inquiries to Bettina Yeh at Bettina.Yeh@gsa.gov or Maria D. Medina at maricarmen.medina@gsa.gov for further details.
    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 walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with all work required to meet USDA standards. This remodel is crucial for enhancing research capabilities within the facility, reflecting the USDA's commitment to maintaining high standards for scientific research environments. Interested small businesses must submit sealed offers by January 24, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Mr. Lam Pham at lam.pham@usda.gov for further details.