Upgrade Safety Showers and Eyewash Stations - Ithaca, NY
ID: 1232SA25R0027Type: Presolicitation
Overview

Buyer

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

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

CONSTRUCTION OF LABORATORIES AND CLINICS (Y1DB)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for the upgrade of safety showers and eyewash stations at the Robert W. Holley Center for Agriculture and Health in Ithaca, NY. The project aims to enhance safety compliance by installing emergency equipment across multiple floors of the facility, with a focus on adhering to OSHA standards and minimizing disruption to ongoing research activities. This initiative underscores the federal government's commitment to maintaining high safety standards in research environments while promoting participation from Service-Disabled Veteran-Owned Small Businesses. Interested contractors must submit their proposals by the specified deadlines, with an estimated project budget ranging from $500,000 to $1,000,000. For inquiries, contact David Hildebrand at david.hildebrand@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a comprehensive guide for the Safety Shower and Emergency Eyewash Upgrade project at the Robert W. Holley Center for Agriculture and Health in Ithaca, NY. It details the scope of the project, divides the specifications into various divisions—such as General Requirements, Plumbing, and Electrical—and includes a structured list outlining the sections relevant to bidding and project execution. Key aspects emphasize the preparation of the site, adherence to safety protocols, submission of necessary documentation, and proper management of construction waste to minimize environmental impact. The project features rigorous guidelines, including the requirement for on-site safety briefings and OSHA-compliant training for all workers. The document outlines responsibilities regarding daily inspections, construction security, and compliance with local regulations, ensuring safety measures are prioritized throughout the construction process. By establishing clear requirements for contractor activities, the document aims to facilitate efficient project delivery while ensuring safety, quality, and adherence to regulatory standards. This illustrates the federal government's commitment to maintaining high standards in public infrastructure projects.
    The document outlines the plans for the upgrade of safety showers and emergency eyewash stations at the Robert W. Holley Center for Agriculture and Health, located in Ithaca, New York. It includes architectural, electrical, and plumbing plans detailing demolition and installation requirements for multiple floors of the facility. The project consists of a base work plan for the third floor, followed by additional optional work for the second, first, and ground floors. The construction will adhere to the National Electrical Code and local building codes, ensuring safety and functional compliance. Contractors are tasked with coordinating demolition and construction activities to minimize disruption within the operational facility. They are required to ensure the protection of existing structures and equipment, and repair any damage caused during the project. Several general and specific notes provide guidance on procedural compliance and technical specifications, indicating a careful and detailed approach to the renovation project. This upgrade is critical for improving health and safety standards in research lab environments, reflecting the USDA's commitment to maintaining safe agricultural research facilities.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) is soliciting proposals for safety shower and emergency eyewash upgrades at the Robert W. Holley Center in Ithaca, NY. The project requires contractors to provide separate quotes for a base bid and three options, ensuring all personnel and materials comply with the project specifications. Key components include maintaining a clean worksite, adhering to the International Building Code, and scheduling work to minimize disruption to ongoing research activities. The period of performance for the project is set at 267 days post-notice to proceed. Contractors must perform OSHA-compliant safety protocols, manage site logistics efficiently, and submit required documentation for materials and tests for approval. A mandatory site visit is required for proposal submission. This project underscores the USDA's commitment to workplace safety in its research facilities while also prioritizing compliance with federal regulations.
    The document outlines wage determinations for construction projects in Tompkins County, New York, as part of federal contracts subject to the Davis-Bacon Act. It specifies the minimum wage rates applicable to various workers involved in building construction, differentiating those contracts active on or after January 30, 2022, from previous contracts. For the current determination year of 2025, the wage rates are provided for several classifications, including bricklayers, carpenters, electricians, laborers, and more, with detailed information on wage rates and fringe benefits. The document also contains information on compliance with Executive Orders 14026 and 13658, which mandate minimum wage standards for federal contractors and include stipulations for paid sick leave under Executive Order 13706. It presents the classifications and rates in a structured format and encourages contractors to submit conformance requests for any necessary classifications not listed. Additionally, it outlines the appeals process for wage determination decisions, directing interested parties to the appropriate addresses and contact points. This document serves as a comprehensive guide for contractors and workers regarding applicable wage standards and compliance requirements for government-funded construction projects.
    The USDA's Agricultural Research Service requires contractors to submit a Construction Progress and Payment Schedule using Form ARS-371 within 14 calendar days after receiving the Notice to Proceed. This form captures essential project information, including contract number, amount, starting and completion dates, project location, and the contractor's details. Contractors must provide a breakdown of work in dollar values and percentages, as well as approximate dates for the initiation and completion of each project segment. This structured approach ensures accountability and tracking of project milestones. If partial payments are sought, an approved ARS-371 form must accompany each request for payments, ensuring that work completed is documented accurately. The contractor’s signature and subsequent approval from the contracting officer are mandatory, establishing formal acknowledgment of progress on the project. This procedural guideline is consistent with government contracting practices, aiming to maintain transparency and efficiency in federal projects.
    The document outlines the contractor's payment request process for a government contract, including a standardized form for submitting requisitions related to partial or final payments. It details the financial aspects of the contracted work, such as the original contract amount, any change orders, and the total adjusted contract price. Key sections of the form require the contractor to specify the value of completed work, materials stored on-site, and the total amount due after accounting for previous requests. The form also requires certifications from the contractor and the project management team to ensure compliance with contract specifications and timely payments to subcontractors. Overall, the purpose of this document is to facilitate efficient and transparent processing of contractor payments while ensuring adherence to federal regulations.
    The government document outlines a Request for Proposal (RFP) for upgrading shower and eyewash stations in Ithaca, NY, effective from June 25, 2025. It includes a bid schedule along with job descriptions for various installation tasks categorized by priority levels on multiple floors of a facility. The main requirements involve installing exterior and internal piping systems connected to emergency showers and eyewash stations across the first, second, third, and ground floors. Each item listed specifies quantities, with a total evaluated price noted as $0.00, suggesting this is an initial bid entry stage rather than a completed financial proposal. The document is structured to provide a clear overview of the tasks needed to ensure safety compliance and operational efficiency for emergency equipment provisions in the building. Overall, the RFP aims to solicit qualified contractors to perform essential safety installations in accordance with federal guidelines and regulations.
    The document addresses industry questions related to solicitation 1232SA25R0027, focusing on various construction and drainage requirements for a federal project as of June and July 2025. Notably, it clarifies that bids must include a bond of either 20% of the bid price or, at maximum, $300,000. Additionally, warranty documents are deemed sufficient for maintenance, eliminating the need for maintenance bonds. The responses clarify the absence of an underfloor drainage system for new showers, which will instead utilize surface drainage directed to existing floor drains. Furthermore, contractors are responsible for the removal and restoration of site elements, such as hedges or sidewalks, affected by construction activities. Lastly, the document stipulates a preference for a 6-inch underground sanitary line instead of the initially specified 5-inch line, emphasizing standardization in project specifications. This document serves as a reference for contractors, ensuring clarity on expectations and requirements for submitting proposals and executing the project effectively.
    The document addresses questions from vendors regarding solicitation 1232SA25R0027. The primary topic revolves around clarifications on bidding requirements and necessary documentation for a federal project. The first question confirms that the bid bond can either be 20% of the bid price or a maximum limit of $300,000, with many vendors opting for the percentage option. The second question seeks clarification on the submission of maintenance bonds; in response, the government confirms that warranty documents are sufficient, indicating that maintenance bonds are not a requirement. This correspondence emphasizes the government's intent to provide clarity on the procurement process, ensuring that vendors understand the acceptable forms of financial assurance and documentation for compliance. The responses highlight the government's adaptability and willingness to accommodate industry practices, facilitating smoother interactions between vendors and the federal procurement process.
    The document outlines a Request for Proposal (RFP) regarding the upgrade of safety showers and eyewash stations in Ithaca, NY, under reference number 1232SA25R0027. It lists the registered contractors participating in the site visit, which are Aventus NV, Inc., Iron Sword Enterprises, and Serviam Construction. The point of contact for inquiries is shared, including names like Charles Yagiello, Joseph Lama, Doug Hand, and others associated with different contractors. The RFP aims to ensure the provision and installation of safety equipment, reflecting federal standards for workplace safety. This initiative emphasizes the importance of maintaining safe working conditions in line with regulatory requirements while engaging local contractors in the upgrade project.
    The document outlines a Request for Proposal (RFP) by the United States Department of Agriculture (USDA) for a construction project titled "Upgrade Safety Showers and Eyewash Stations" in Ithaca, NY. It specifically targets Service Disabled Veteran Owned Small Businesses, with an acquisition set-aside and relevant NAICS code for plumbing, heating, and air conditioning contractors. The project's estimated budget ranges from $500,000 to $1,000,000, with vendors required to be registered in active status on SAM.gov upon proposal submission. The scope of work includes the installation of emergency showers and eyewash stations over three floors, requiring completion within 120 days of the notice to proceed. The contractor must manage project scheduling effectively, ensure compliance with safety regulations, including OSHA standards, and maintain records for inspection. The document also covers contract clauses pertaining to performance requirements, materials usage, insurance, and regulatory compliance, particularly emphasizing biobased products. The RFP serves as a formal procurement tool to solicit bids for essential safety system upgrades, reinforcing the federal commitment to enhancing facility safety standards while promoting veteran-owned business participation in government contracts.
    Similar Opportunities
    GAOA Vault Toilet Replacement - Santa Fe National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Vault Toilet Replacement project at the Santa Fe National Forest in New Mexico. The project entails the demolition of eight existing toilet facilities and their replacement with new vault toilets, addressing significant health and safety concerns associated with the current facilities. This initiative is crucial for maintaining public health and safety in recreational areas, as the existing toilets include composting, vault, and flush toilets that are no longer adequate. Interested contractors should note that the estimated contract value is between $500,000 and $1,000,000, with proposals due by December 9, 2025, and a mandatory site visit scheduled for December 3, 2025. For further inquiries, contact Blaine Greenwalt at blaine.greenwalt@usda.gov.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    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.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new laboratory facility for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the construction of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA’s Research Park. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, as there are no set-asides for this opportunity.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    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.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Buyer not available
    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.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    USPFO Hazardous Material Building Repair
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals from qualified contractors for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project includes tasks such as the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and the replacement of hazardous material signage, all of which must comply with federal and territorial building codes. This opportunity is particularly significant as it involves a total estimated award amount of $45,000,000 and is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB). Interested contractors should contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868 for further details, and all work must be completed within 90 calendar days of the Notice to Proceed.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has a history of failures and temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period scheduled for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Timothy Ford or Sean Hoy via email.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.