Pump and Motor Replace
ID: 12505B24Q0365Type: Solicitation
Overview

Buyer

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

NAICS

Other Building Equipment Contractors (238290)

PSC

INSTALLATION OF EQUIPMENT- PUMPS AND COMPRESSORS (N043)

Set Aside

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

    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the replacement of cooling tower pumps and motors at the National Center for Agricultural Utilization Research in Peoria, Illinois. The project involves the procurement and installation of new pump/motor combinations, decommissioning of old units, and training on the new installations, with a construction budget estimated between $100,000 and $250,000. This initiative is critical for maintaining operational efficiency and redundancy in cooling capacities, ensuring compliance with safety and environmental regulations throughout the project. Interested contractors must submit their proposals electronically by October 8, 2024, and are encouraged to pre-register for a site visit scheduled for October 1, 2024, by contacting Joel Maas at joel.maas@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation document (12505B24Q0365) issued by the USDA Agricultural Research Service outlines a request for proposals for the replacement of cooling tower pumps and motors at the National Center for Agricultural Utilization Research in Peoria, IL. This project is classified under the NAICS Code 238290, with an estimated construction budget between $100,000 and $250,000. It is designated as a total small business set aside. Proposals are expected to comply with detailed work specifications, including performance and payment bond requirements. The project is expected to commence within 30 days of the notice to proceed and must be completed within 60 days. The contractor must ensure proper conduct of employees and submit necessary shop drawings and materials for approval. Special requirements include compliance with federal regulations regarding lead-based paint and environmental control measures. The document emphasizes the need for thorough inspections, timely communication of any service interruptions, and adherence to strict insurance and liability policies. Proper handling of invoices and payments must be managed electronically, with emphasis on accurate documentation. This solicitation reflects the government’s operational standards for construction projects, ensuring safety, quality, and regulatory compliance throughout the project lifecycle.
    The document outlines the completion and payment schedule required by the U.S. Department of Agriculture's Agricultural Research Service (ARS) for construction projects. It serves as a formal tool to ensure contractors report progress on various branches of work, including their respective values and completion percentages during a project period. Key sections of the form require details such as contract number, project location, and specific work phases, with associated dollar values and completion dates. Contractors must submit the schedule within 14 days of receiving the Notice to Proceed, even if no partial payments are initially requested. This form is essential for tracking construction progress, enforcing accountability, and facilitating financial transactions tied to completed work. It underscores the commitment to project management and financial transparency in alignment with government standards for federal and state projects.
    The document serves as a Contractor's Request for Payment Transmittal, structured to detail the financial transactions related to a specific federal contract. It outlines the necessary components for processing payments, including the original contract amount, any change orders, and the total adjusted contract prices. The form captures the value of work completed up to the specified period, alongside any materials stored at the site. Key calculations include the total value of work and materials, the total due to the contractor, and any previous requests. A series of certifications and signatures from authorized representatives validate that payments have been made to subcontractors according to contract terms, emphasizing compliance with federal payment regulations. This document is essential for ensuring financial accuracy and accountability in government contracts.
    The Past Performance Evaluation Sheet is a crucial document that contractors must complete when submitting proposals for federal government contracts. Each contractor is required to submit a minimum of three sheets for previous contracts undertaken. The sheet includes essential information such as the contractor's name, the government agency or company that awarded the contract, details of the contract including the number, description of services, total contract value, performance period, place and type of performance, along with the current point of contact details. If applicable, contractors must also explain any received Cure Notices or Show Cause orders, along with actions taken to address such issues. It is the contractor's responsibility to send this document to the current Contracting Officer Representative (COR) to gather comments about the contract. This evaluation process aims to assess the contractor's past performance and reliability, which are critical factors in the award of future government contracts.
    The United States Department of Agriculture's Agricultural Research Service has issued a Statement of Work for the replacement of cooling tower pumps and motors at the National Center for Agricultural Utilization Research in Peoria, IL. The project, critical for maintaining operational efficiency and redundancy in cooling capacities, addresses existing issues with three cooling towers, with specific components requiring replacement due to disrepair and inefficiency. The scope includes the procurement and installation of new pump/motor combinations, decommissioning of old units, and training on new installations. Contractors must ensure compliance with safety, environmental regulations, and efficient project execution to minimize disruption to facility operations. Additionally, the document outlines expectations for documentation, project schedules, quality assurance, and adherence to applicable codes and standards. This initiative aligns with government procurement practices aimed at enhancing operational functionality within federal agricultural research facilities.
    The document outlines the prevailing wage determination for landscaping work on construction projects in Illinois, specifically for contracts that fall under the Davis-Bacon Act. It summarizes applicable wage rates for various classifications of laborers, including Landscape Equipment Operators and Truck Drivers across multiple counties such as Cook, Du Page, and Winnebago. Key minimum wage rates are governed by Executive Orders 14026 and 13658, which mandate specific hourly wages based on contract award dates and conditions, such as a minimum wage of $17.20 an hour for contracts after January 30, 2022. The wage determination provides detailed rates for operators and laborers, including health and welfare contributions and paid holidays. It also specifies the classifications of trucks based on axle numbers, with corresponding wage rates and fringe benefits. The determination emphasizes compliance with wage and labor standards, including required paid sick leave and appeals related to wage decisions. Overall, it serves as a regulatory framework for contractors and federal agencies regarding labor standards in federally funded construction projects in Illinois.
    Lifecycle
    Title
    Type
    Pump and Motor Replace
    Currently viewing
    Solicitation
    Similar Opportunities
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Pumps for Quantum Science Center Refrigerators
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is seeking proposals for the procurement of Pfeiffer brand pumps specifically for the Quantum Science Center refrigerators. The solicitation invites alternative but equivalent proposals, provided that technical documentation is submitted for evaluation. These pumps are critical for maintaining the operational efficiency of the Quantum Science Center, which plays a significant role in advancing quantum science research. Interested suppliers must submit their proposals by 8 AM Central on October 4, 2024, and direct any inquiries to Spencer Keske at skeske@fnal.gov. Compliance with federal contracting regulations, including the completion of necessary certifications, is mandatory for all submissions.
    Ion Pumps
    Active
    Energy, Department Of
    The Department of Energy, through Fermilab, is soliciting proposals for the procurement of two specific ion pump assemblies (Agilent Varian 300-St-SHV-8-CFF) essential for ongoing research and operational needs. Proposals must include detailed pricing, compliance with technical specifications, and transportation costs, with a selection process favoring the lowest priced compliant submissions based on a "best value" approach. Interested suppliers are required to submit their proposals by 5 PM CDT on October 8, 2024, and must include necessary certification forms (SARC and PUR-466) to ensure compliance with federal contracting standards. For further inquiries, potential offerors can contact Rhiannon Patterson at rhiannon@fnal.gov or by phone at 605-431-2905.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    Sources Sought for Electrical Upgrades: PROJECT II – Internal Building Transformers and Disconnects (Kimberly, ID)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified sources for an electrical upgrade project at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. This project, referred to as Project II, involves the installation of new internal building transformers and disconnect switches, including the removal of outdated transformers and the replacement of primary and secondary wiring to meet modern electrical requirements. The initiative is part of a broader effort to enhance the electrical infrastructure of federal research facilities, ensuring compliance with safety regulations and operational efficiency. Interested vendors must submit their capability statements to Spencer Hamilton at spencer.hamilton@usda.gov by the specified deadline, as this notice is solely for information gathering and does not constitute a solicitation for proposals.
    Turbo Station for MI60 Shop
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory (Fermilab), is seeking proposals for the procurement of a Pfeiffer pump, specifically the HiCube 80 Neo and related components, as part of its operations under prime contract No. DE AC02 07CH11359. This procurement is critical for maintaining high-precision equipment necessary for scientific research and operations at Fermilab, located in Batavia, Illinois. Proposals must be submitted by October 13, 2024, and should include compliance with required certifications, including the SARC and PUR-466 forms, particularly if the proposal exceeds $10,000. Interested vendors can direct inquiries to Spencer Keske at skeske@fnal.gov for further details.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Animal and Plant Health Inspection Service (USDA APHIS), is soliciting proposals for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. The project involves extensive renovations to an 8,000 GSF facility, which includes administrative offices and laboratory spaces, with a focus on maintaining continuous laboratory operations throughout the construction process. This initiative is crucial for enhancing the facility's capabilities and ensuring compliance with federal safety and operational standards, with an estimated contract value between $5 million and $10 million. Interested small business contractors must submit their proposals by October 11, 2024, and can direct inquiries to Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    DWA TGB Pumps and Heat Exchangers
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to supply pumps and heat exchangers for the Dworshak Project located in Ahsahka, Idaho. The procurement includes the delivery of three heat exchangers for main units 1 and 2, two for unit 3, along with various pumps, all of which must meet specified performance and construction standards without modifications. This equipment is crucial for the operational effectiveness of federal projects, ensuring reliable performance in dam operations. Interested bidders must submit their proposals by the new deadline of October 9, 2024, at 1 PM, and should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further inquiries.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Animal and Plant Health Inspection Service requires renovation work to be carried out at the Puerto Rico Department of Agriculture (PRDA) complex in Dorado, Puerto Rico. The project involves upgrading Building 3, which houses laboratory and administrative functions, with the goal of modernizing the approximately 8,000 GSF facility without interrupting critical operations. The scope of work involves dividing the building into five renovation areas, with each area undergoing phased renovations to minimize disruption. The project includes essential upgrades to the building's exterior, mechanical systems, and fire suppression infrastructure. The laboratory areas will receive new infrastructure, ventilation systems, and enhanced security measures. The focus of this project is on the meticulous planning and execution of these renovations while adhering to the strict operational constraints of the functioning laboratory. The PRDA will handle the installation of telecommunications and security equipment, while the chosen contractor will provide the necessary infrastructure support. The office wing will undergo renovations including upgrades to offices, restrooms, and general interior spaces, although these may be deferred due to budget considerations. The department seeks a detailed plan outlining the renovation sequence and managing space availability during the process. Applicants should have extensive experience in construction projects, particularly those involving operationally sensitive areas such as laboratories. The contract is expected to be a small business set-aside, with an estimated value of between $5 million and $10 million. Interested parties should monitor the platform for the solicitation, which is expected to be posted around mid-August 2024. Questions can be directed to the contracting officer, Jim Roloff, at james.g.roloff@usda.gov. Please note that applicants should be prepared to submit their proposals by the solicitation deadline, adhering to the specified format and providing all necessary information to be considered for this exciting opportunity.
    RFP-362658-CMR
    Active
    Energy, Department Of
    The Department of Energy, through the Fermi National Accelerator Laboratory, is soliciting proposals for the procurement of various technical items, including turbo drives and related components, under the Request for Proposal (RFP-362658-CMR). Interested firms are required to submit firm-fixed price proposals by 4 pm CT on October 10, 2024, with all submissions directed to Procurement Specialist Crystal Momon-Reed via email. The procurement process will utilize a best value source selection approach, emphasizing the lowest price of technically acceptable proposals, and all items will be shipped to the Fermilab Receiving Warehouse in Batavia, Illinois. For further details, including compliance requirements and general terms applicable to the contract, interested parties can contact Crystal Momon-Reed at cmomreed@fnal.gov.