12905B25Q0070 - Pre-Solicitation USDA-ARS-PWA Install Mini-Split Heat Pumps/Wall Units Pullman WA
ID: 12905B25Q0070Type: Presolicitation
Overview

Buyer

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

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

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 bids for the installation of mini-split heat pumps and wall units at the Animal Disease Research Unit in Pullman, Washington. This project, aimed at enhancing the facility's cooling capabilities, has a budget of less than $25,000 and requires completion within 90 calendar days from the notice to proceed. Contractors must adhere to federal wage regulations, utilize biobased products, and provide necessary performance and payment bonds for awards exceeding $35,000. Interested parties should submit their proposals by 5:00 p.m. Pacific Time on July 7, 2025, and direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) Agricultural Research Service (ARS) seeks bids for a construction project involving the installation of three mini-split heat pumps and wall units at the Animal Disease Research Unit in Pullman, Washington. The project aims to enhance the facility's cooling capabilities and falls within a budget below $25,000. Contractors are required to complete the work within 90 calendar days from the issuance of the notice to proceed, and the bid submission deadline is set for July 7, 2025. Compliance with federal wage regulations and the use of biobased products is mandated throughout the project. The document specifies various contractor responsibilities, including obtaining necessary permits, ensuring employee safety standards, and maintaining project documentation. Furthermore, contractors must provide performance and payment bonds for awards exceeding $35,000, and they will be liable for any property damages incurred during the installation process. This solicitation reflects the government's effort to modernize scientific facilities while adhering to sustainability and safety guidelines.
    The USDA requires the installation of three mini-split heat pumps and wall units to enhance the cooling of its ultra-low freezer facility, which has experienced temperature alarms and cooling failures. This project aims to mitigate heat generated by the freezers, preserving critical biological samples and ensuring equipment reliability. The contractor will provide all necessary materials, tools, and labor to install the cooling units, with an emphasis on site preparation and optimal performance. Responsibilities include thorough site cleanup and a one-year warranty on parts and labor. Work must be completed within 90 days of contract award, with coordination required due to the presence of farm crew employees at the site. The contractor must comply with specific access hours and is responsible for obtaining permits and inspections. The installation location is designated at 3850 Antelope Trail Dr., Pullman, WA 99163. This project underscores the USDA's commitment to maintaining biosecurity and efficient operations by updating essential infrastructure.
    The USDA Agricultural Research Service (ARS) has established a Construction Progress and Payment Schedule form (ARS-371) to be used in conjunction with payment requests (ARS-372). This form is essential for tracking the progress of construction projects, requiring completion within 14 calendar days after the notice to proceed. It mandates detailed entries including contract number, contract amount, project location, and contractor information. The form delineates specific columns for detailing the value and percentage of each branch of work, as well as start and completion dates, ensuring the final completion date does not exceed the overall project deadline. Contractors must sign the form and submit it for approval, ensuring compliance with federal guidelines. This process is vital for maintaining accountability and transparency in federal construction projects, highlighting the structured financial management and procedural oversight required in government contracting.
    The document is a "Contractor's Request for Payment Transmittal" form used within federal projects, specifically associated with the USDA-ARS. It outlines the process for contractors to request payment for their work. The form includes sections for listing the original contract amount, change orders, total adjusted contract price, value of work completed, and retained materials, culminating in the total amount due to the contractor. Contractors must certify that payments to subcontractors and suppliers have been made before submitting requests. The document emphasizes compliance with specific contractual terms, ensuring that payments are justified and meet legal requirements under U.S. Code. Overall, this form facilitates structured communication between contractors and government agencies, ensuring that disbursements align with work completed while promoting fiscal responsibility and transparency within public sector projects. It serves as a crucial tool in managing federal funding and maintaining accountability in contracting processes.
    This Request for Information (RFI) pertains to a federal project for the installation of mini-split heat pumps at the USDA-ARS-PWA Animal Disease Research Unit in Pullman, Washington. It outlines the procedures for submitting questions or requests for clarification regarding the project. Contractors must reference specific sections of the solicitation or specification documents when submitting inquiries. Timeliness of government responses is contingent upon adherence to these guidelines. The project number is 12905B25Q0070, and contractors are advised of their responsibility to retrieve and acknowledge any amendments issued in response to this RFI. Relevant details include email submission instructions with the specified subject line for clarity. The document asserts a structured process for communication and emphasizes the importance of precise inquiries to facilitate effective responses to contractors’ questions. Overall, this RFI is an essential component of the procurement process, aiming to streamline contractor engagement and ensure clarity in project specifications.
    The document outlines the procedures for a Past Performance Questionnaire (PPQ) related to Request for Proposal (RFP) # 12905B25Q0070 from the USDA Agricultural Research Service (ARS) in Pullman, Washington. Contractors are instructed to gather performance evaluations from their clients by completing section one of the form and then asking their clients to complete section two. This includes providing essential project details, descriptions of support provided, and contact information of relevant personnel. The client evaluates the contractor based on metrics such as technical and contractual performance quality, schedule adherence, and cost management, along with their willingness to use the contractor again. The purpose of this PPQ is to assess the contractor's previous work to inform decision-making on future contracts. This systematic approach aims to enhance the evaluation process during federal procurement and funding decisions.
    Similar Opportunities
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    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.
    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.
    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--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.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.
    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 located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    NASIC DISTRICT COOLING PLANT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the design and construction of a cooling plant at Wright Patterson Air Force Base in Ohio. This project, titled "NASIC District Cooling Plant," involves a significant construction effort with a magnitude estimated between $25 million and $100 million, categorized under NAICS code 238220 for Plumbing, Heating, and Air-Conditioning Contractors. The procurement is classified as full and open, with a specific requirement for a 10% price evaluation preference for HUBZone businesses, emphasizing the importance of compliance with federal regulations regarding business size classifications. Interested vendors should contact Chase Rost at chase.j.rost@usace.army.mil or Patrick J. Duggins at Patrick.J.Duggins@usace.army.mil for further details, and access to solicitation documents is available via the PIEE link provided in the solicitation posting.
    15T Curbside Package Unit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of a 15T Curbside Package Unit, identified by Part Number DSG1804DH00001S, which includes a Daikin Package Unit with specific requirements such as a 460V gas configuration and a hail damage guard. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in fulfilling government contracts. The equipment is crucial for maintaining air conditioning and refrigeration systems within military facilities, ensuring operational readiness and comfort. Interested vendors should direct inquiries to Rachel Rosenbaum at rachel.r.rosenbaum.civ@army.mil or call 254-287-0304 for further details regarding the solicitation process.
    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.
    MO - MINGO NATIONAL WILDLIFE REFUGE - HVAC Monitor
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for HVAC monitoring services at the Mingo National Wildlife Refuge in Puxico, Missouri. The procurement aims to secure a contractor capable of providing remote and on-site monitoring, troubleshooting, and repair of the KMC BACnet HVAC system, which includes 19 heat pumps and geothermal units, ensuring optimal functionality and compliance with federal and state regulations. This specialized service is critical for maintaining the refuge's HVAC infrastructure, which is essential for the comfort and safety of visitors and staff. Interested small businesses must submit their proposals by January 5, 2026, at 2:00 PM EST, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.