Renovations to Garage Building Project C (Adams, OR)
ID: 12905B25Q0026Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for renovations to the Garage Building Project C located at the Columbia Basin Agriculture site in Pendleton, Oregon. The project aims to upgrade the facility by partitioning and insulating sections, adding storage and environmental chambers, and enhancing HVAC systems, all while adhering to federal safety and environmental regulations. This renovation is crucial for improving the operational capabilities of the research center, ensuring compliance with modern standards and sustainability practices. Proposals are due by 12:00 PM PST on February 28, 2025, and interested contractors should contact Spencer Hamilton at spencer.hamilton@usda.gov for further details. The estimated budget for the project ranges between $100,000 and $250,000.

    Point(s) of Contact
    Files
    Title
    Posted
    The clause 52.223-23 outlines the federal requirement for the procurement of sustainable products and services, effective May 2024. Key definitions include 'biobased products,' 'recovered materials,' and 'sustainable products and services,' which encompass items meeting established federal purchasing mandates. These mandates pertain to products designated by the EPA, those that are ENERGY STAR® certified, and biobased products under the USDA BioPreferred® program. The document mandates that contractors provide these sustainable products and services directly to the government and incorporate them into public constructions or services. Contractors must ensure compliance with applicable standards at the time of offer submission, aligning with the EPA's Recommendations of Specifications, Standards, and Ecolabels in effect as of October 2023. The Green Procurement Compilation is provided as a resource for identifying relevant sustainable products. Overall, this clause emphasizes the federal commitment to eco-friendly procurement practices, aiming to enhance sustainability in government operations and projects.
    The USDA Agricultural Research Service (ARS) has issued a request for proposal (RFP) for construction renovations to the Garage Building Project C at the Columbia Plateau Conservation Research Center in Adams, OR. The project budget falls between $100,000 and $250,000, and the contractor must provide all necessary labor, materials, and supervision for the renovations. Proposals are due by 12:00 p.m. Pacific Time on February 7, 2025, and must be submitted electronically. The completion timeline is set at 180 days post-notice to proceed. The RFP outlines key requirements, including compliance with federal regulations regarding construction wages and the necessity to utilize biobased products as much as possible. Contractors are responsible for obtaining necessary permits and licenses, ensuring OSHA compliance, and adhering to safety and environmental standards. The proposal must include detailed cost breakdowns and meet specific documentation requirements to support acceptance and payments. A comprehensive understanding of the relevant FAR clauses is essential for compliance. Overall, this solicitation provides an opportunity for qualified contractors to bid on a significant federal construction project while reflecting the government's commitment to environmental sustainability and regulatory adherence.
    The document outlines a Contract Line-Item Breakdown Form pertaining to a federal or state/local Request for Proposal (RFP). It lists various divisions of work required for the project, categorized by construction disciplines such as General Requirements, Concrete, Masonry, Metals, Plumbing, HVAC, and more. Each division includes a space to denote the financial bid associated with that specific portion of the work as part of the overall project costs. The form culminates in a total price for the base bid, indicated as CLIN 0001. This structured approach facilitates clear budgeting and comprehensive scope definition, essential for evaluating contractor proposals in compliance with governmental guidelines. The document underscores the importance of itemizing costs across multiple construction categories to ensure transparency and accountability in federal or state-funded projects.
    The document outlines the specifications for renovations to the Garage Building at the Columbia Basin Agriculture site in Pendleton, OR, under Coffman Project No. 231290. It includes extensive guidelines on project management, contractor responsibilities, and coordination with the USDA ARS and Coffman Engineers, Inc. Key components involve the partitioning, insulation, and addition of storage and environmental facilities, as well as HVAC systems. The specifications emphasize strict adherence to safety regulations and procedural requirements, including temporary facilities management and constructing waste management protocols. Constructors are obliged to limit site use and maintain existing conditions during renovation, coordinate operations to minimize disruption to the owner's ongoing activities, and adhere to governmental safety requirements highlighted in multiple sections. The document's meticulous structure provides sections on substitution processes, project management, submittal procedures, and safety measures, evidencing the comprehensive nature of compliance and operational details vital for government contracts and funding. This initiative demonstrates the federal commitment to enhancing agricultural research infrastructure through meticulous planning and safety awareness.
    The document outlines the renovation project for the USDA Research Center's Garage Building (Building 002) in Pendleton, Oregon. The main objective is to modify the existing storage facility, which lacks mechanical and plumbing installations, into two conditioned spaces for sample washing and storage. The renovation includes a base bid for installing a generator, constructing interior walls, and detailed mechanical and electrical installations, as well as several alternates. Key alternates propose installing concrete slabs for additional chambers, a biomass drying room, and electrical power for motorized garage doors. The document is structured with sheet indexes across various engineering disciplines, including civil, architectural, mechanical, and electrical plans, ensuring that all aspects of the renovation project are well-documented. The project aligns with federal requirements for RFPs and grants, addressing the facility's functional and regulatory needs while ensuring modern mechanical systems are installed. Overall, this renovation represents an investment in upgrading facility capabilities, focusing on compliance with relevant codes and the integration of new technology to enhance operational efficiency at the research center.
    This document outlines wage determination for building construction projects in Umatilla County, Oregon, effective January 3, 2025. It details compliance with the Davis-Bacon Act, which mandates minimum wage rates under Executive Orders 14026 and 13658. For contracts initiated on or after January 30, 2022, the minimum hourly wage is $17.75, while contracts awarded between January 1, 2015, and January 29, 2022, must pay $13.30 unless higher rates apply. The document lists prevailing wage rates for various construction roles, such as electricians, carpenters, and laborers, along with their fringe benefits. It emphasizes the obligation to provide sick leave as per Executive Order 13706, highlighting worker protection and benefits. For disputes regarding wage determinations, the document outlines an appeals process involving the Wage and Hour Division of the U.S. Department of Labor. Overall, the file serves as a crucial reference for contractors and governmental agencies involved in federally funded construction projects, ensuring compliance with labor standards and promoting fair wages in Oregon.
    The document outlines the USDA Agricultural Research Service's Form ARS-371, which serves as a Construction Progress and Payment Schedule. Its primary purpose is to guide contractors in reporting the progress of construction projects, detailing a comprehensive breakdown of work and associated financial values. Key elements include the requirement for contractors to complete specific sections detailing contract number, amount, project location, and contractor details. Additionally, contractors must provide percentages of work completed, projected start and completion dates for each work branch, and sign for approval from the contracting officer. The form is essential even in cases where no partial payments are requested; if payments are sought, an approved form must accompany the payment request. Overall, the document emphasizes compliance with procedural standards to ensure transparency and accountability in federal construction projects. It illustrates the structured approach necessary in government procurement processes, particularly relevant to RFPs and grants at various government levels.
    The document serves as a Contractor's Request for Payment Transmittal used within federal contracting processes. It outlines key financial elements related to a specific contract, including the original contract amount, any change orders, total adjusted prices, work completed, and materials stored at the site. There is a structured breakdown of how to calculate the total amount due to the contractor, including considerations for previous requests and any retainage percentages. The document emphasizes the contractor's certification that all payment obligations to subcontractors have been fulfilled up to that point, alongside the assertion that this request does not imply the final acceptance of work performed by subcontractors. The certification must be signed by the contractor's authorized representative, with additional recommendations and approvals from relevant project management or oversight officials. This procedural format is crucial for ensuring transparency and compliance with federal contracting regulations, as it safeguards the financial integrity of government-funded projects.
    The document outlines the specifications for renovations to a garage building located at the Columbia Basin Agriculture site in Pendleton, OR, managed by the USDA ARS. The renovation encompasses partitioning and insulating parts of Building 002, adding storage and environmental chambers, and upgrading HVAC systems according to specified guidelines and safety requirements. It details project management, coordination procedures, temporary facility usage, work restrictions, and submittal processes for the construction work. Importantly, it emphasizes compliance with governmental safety regulations, including OSHA standards, which must be adhered to throughout the project's duration. The contractor must maintain clear communication with the owner, ensure safety measures are implemented, and manage disruptions effectively to minimize impacts on ongoing operations. This document serves as a comprehensive guide for contractors to ensure adherence to federal standards, project requirements, and safety protocols while conducting renovations.
    This document serves as an amendment to a solicitation related to a government contract, requiring contractors to acknowledge receipt of the amendment before the specified submission deadline. Acknowledgment must be made either by specific form items or via a separate letter referencing the amendment. The failure to acknowledge may lead to the rejection of offers. The amendment also provides additional attached documents, including a Site Visit Sign-In Sheet and a clause on Sustainable Products and Services. Significantly, it addresses the procedural aspects of modifying contracts, clarifying requirements such as effective dates, necessary signatures, and how to document amendments. The document emphasizes that the terms of the original solicitation remain in effect unless specifically changed by this amendment. This procedural framework ensures compliance and clarifies expectations for contractors engaged in government procurement, thereby facilitating an organized approach to contract management and modifications.
    This document serves as Amendment 0002 to the Request for Proposals (RFP) for Renovations to Garage Building Project C in Adams, OR. The amendment outlines essential updates that include revised specifications replacing prior documents, revisions to evaluation criteria for past performance, and an extended proposal submission deadline. Notable changes in specifications occur in various sections, such as the update of location details from Pendleton to Umatilla County and contact information for utilities. The past performance evaluation criteria have been modified to allow offers with satisfactory or neutral past performances, rather than strictly requiring satisfactory past performance, thus broadening eligibility for bidders. The proposal submission deadline has been extended to 12:00 PM PST on February 28, 2025. It is emphasized that acknowledgment of this amendment must be submitted by prospective contractors to avoid rejection of their offers. This amendment reflects the government's attempt to provide clarity and flexibility in the bidding process while ensuring compliance with updated requirements.
    Similar Opportunities
    GAOA Buck Hall Recreation Phase 1 Renovation (SC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the GAOA Buck Hall Recreation Phase 1 Renovation project in South Carolina. The project aims to reconstruct the Buck Hall Recreation Area's Campground and Day Use Area, which includes replacing critical infrastructure such as the sea wall, bathhouse, toilet building, well house, and various utility systems, as well as reconfiguring the campground loop and improving the boat landing and storm drainage systems. This renovation is vital for restoring recreational facilities heavily impacted by Hurricane Hugo, ensuring compliance with safety and environmental regulations throughout the 18-month contract period. Interested contractors can reach out to Penny Zortman at penny.Zortman@usda.gov for further details, with the RFP solicitation expected to be posted on SAM.GOV in January 2026.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    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.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    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.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    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.