Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway Golden Meadow Plant Materials Center 438 Airport Road, Galliano Lafourche Parish Louisiana
ID: 12FPC324R0010Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF OTHER INDUSTRIAL BUILDINGS (Y1EZ)

Set Aside

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

    The U.S. Department of Agriculture (USDA) is soliciting proposals for the construction of an Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway at the Golden Meadow Plant Materials Center located in Galliano, Lafourche Parish, Louisiana. The project requires contractors to provide all necessary designs, materials, labor, and equipment to construct a 50-foot by 100-foot pre-engineered steel storage building, along with associated facilities, adhering to local building codes and safety standards. This initiative is crucial for enhancing the USDA's capabilities in environmental restoration and conservation efforts across the region. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Stephen Case at stephen.case@usda.gov or Laureen Eipp at laureen.eipp@usda.gov. The estimated project value ranges between $500,000 and $1,000,000, with a 100% Small Business set-aside requirement.

    Point(s) of Contact
    Laureen Eipp, Contracting Officer
    laureen.eipp@usda.gov
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) is requesting proposals for the construction of an equipment storage building and associated facilities at the Golden Meadow Plant Materials Center in Lafourche Parish, Louisiana. The project includes the main structure, a pesticide storage shed, bulk fuel tank station, and a gravel driveway. Contractors are responsible for all aspects of construction, adhering to local building codes, and ensuring quality standards. The equipment storage building will be pre-engineered, measuring 50 by 100 feet with a lean-to canopy. Additional requirements include a concrete foundation, utilities provisioning, and meeting safety protocols. The construction includes specific additives: a 9x15-foot pesticide storage shed, a bulk fuel tank installation requiring the relocation of existing tanks, and an 8-inch gravel driveway with drainage features. The contractors must maintain high standards for materials and practices, ensuring compliance with supply and safety regulations. Submittals of designs and materials will be required for approval before construction begins. The project aims to enhance the USDA’s capability in environmental restoration efforts across Louisiana and neighboring states, thereby supporting conservation programs for soil health and wildlife habitats.
    The document outlines plans for the installation of various structures and layouts related to plumbing, pesticide storage, and possibly other facilities within a government project. The primary focus appears to be on compliance with safety and regulatory standards, ensuring proper construction and maintenance practices are followed. Figures included in the document likely represent detailed engineering or architectural plans, showcasing specific design features essential for functionality and adherence to guidelines pertaining to plumbing and pesticide storage. The clear delineation of these infrastructures reflects an organizational effort to manage resources responsibly within the framework of federal and local grant programs or funding requests. This emphasizes the importance of structured planning in government initiatives aimed at public safety and operational efficiency.
    The document outlines specifications and requirements for a pre-engineered building project that measures 50 feet wide and 100 feet long, featuring various elevations and internal structures. It includes a front elevation facing east with varying heights, a back elevation, and side elevations, alongside lean-to canopies. The building comprises an interior tool and storage room, highlighting dimensions and configurations for the tool and storage spaces, including a loft with removable handrails. Electrical specifications detail an existing 200A Single Phase Service, necessitating the installation of a new disconnect switch and electric panel. Specifications also mention integration for a pesticide storage building and a bulk fuel tank station into the electrical panel. This document is structured to provide essential building design elements and electrical requirements, likely in response to government RFPs or federal grants operational guidelines, signifying the importance of compliance and safety in construction and operational phases. The clarity in designations indicates a thorough approach to project specifications, emphasizing safety standards and regulatory practices.
    The Geotechnical Engineering Report prepared by NOLAGEO LLC details the assessment for the renovation of the NRCS Plant Materials Center (PMC) in Galliano, Louisiana. The study is foundational for understanding subsurface conditions, providing recommendations for site preparation and construction methodologies necessary for the proposed renovations, which include foundation support and the installation of two power generators. Analyzed subsurface conditions indicate a layered soil structure, including weak clays and sands, necessitating deep pile foundations to mitigate potential settlement issues from moisture-sensitive soils. Key recommendations involve using treated timber piles due to potential groundwater fluctuations, with specified load capacities presented in tabulated form. The report outlines detailed construction considerations, emphasizing the significance of drainage, monitoring vibrations during pile driving, and adherence to OSHA excavation regulations. Additionally, it calls for the hiring of NOLAGEO for oversight during construction to ensure compliance with the geotechnical recommendations. The document serves as a vital reference for adhering to safety standards and engineering practices within the contexts of federal grants and local RFPs, demonstrating a thorough evaluation of site-specific conditions to inform construction decisions effectively.
    The document presents a series of questions and answers related to a government Request for Proposals (RFP), focusing on project specifications and requirements for a new construction project. Key areas addressed include the provision of clear drawings, specifications for structures and materials, and contractor responsibilities regarding quality control and safety plans. It clarifies that while specific stamped drawings are not mandatory, foundation designs must be created by a licensed engineer in Louisiana. The document outlines that contractors are responsible for soil borings and locating utilities on the site. It states that the project is not tax-exempt, clarifies compliance with the Davis-Bacon Act, and specifies construction timelines and site considerations. Notably, it emphasizes that certain warranties are needed for building materials, and fire protection measures must comply with local building codes. Overall, the Q&A format efficiently addresses contractors' needs and concerns regarding project specifications, timelines, and regulatory compliance, guiding participants in the bidding process and ensuring clarity on project expectations.
    The document serves as an appendix to a construction-related Request for Proposals (RFP) or grant application. It primarily focuses on the layout and design considerations for a construction site, including detailed depictions of project-specific areas such as the construction site, job site laydown area, plumbing layout, and parking provisions. Various figures illustrate these sections, showcasing critical components like equipment storage, parking areas, and necessary infrastructure features, such as a pesticide storage shed. The document underscores the importance of clearly outlined construction logistics to ensure efficient site management and compliance with regulations. It reflects typical requirements found in federal and local RFPs, emphasizing the need for organized planning and safety standards in construction projects.
    The document outlines contact information for personnel associated with the United States Department of Agriculture's Natural Resources Conservation Service (NRCS) in Crowley, Louisiana. It includes names, titles, phone numbers, and email addresses for various individuals and contractors linked to NRCS projects. Notable contacts include Rich Evely and Josh Hoffpavin from NRCS, as well as Gerald Savoy, Roger Tomberlin, and Eddie Payton from listed construction companies. The purpose of this compilation appears to be for coordination and communication regarding conservation projects and initiatives. By providing these detailed contact points, the document facilitates easier collaboration amongst federal representatives and contractors involved in conservation efforts in the region, aligning with the objectives of federal RFPs and grants aimed at natural resource management and enhancement.
    The United States Department of Agriculture (USDA) is soliciting proposals for the construction of an equipment storage building at the Golden Meadow Plant Material Center in Lafourche Parish, Louisiana. The project entails building a 50x100 foot pre-engineered steel structure, complete with a pesticide storage shed, a bulk fuel tank station, and a gravel driveway, conforming to local building codes and engineering standards. The contractor must manage the full scope of construction, including site preparation, utilities installation, and quality control, while adhering to strict safety and warranty requirements. Additional options include constructing a pesticide storage shed, relocating existing fuel tanks, and establishing a gravel parking area. Contractors must possess a minimum of five years’ experience in metal building systems and be registered in the System for Award Management (SAM). All construction must follow procedural guidelines, including permitting, submittals, and final inspection. The contract is defined as a lump-sum, fixed-priced agreement, emphasizing comprehensive documentation and operational safety throughout the project lifecycle. This RFP illustrates the USDA's commitment to enhancing facility operations for environmental conservation and resource management in the region.
    The document outlines requirements and responses regarding the construction project stipulated in a government RFP. It addresses specifications for rigid board insulation, accepting vinyl-backed alternatives to align with pre-engineered metal building (PEMB) design. Additionally, it discusses the materials for secondary structural members, confirming that hot-dipped galvanized steel is required for corrosion resistance, despite the higher cost and potential weight implications. The Statement of Work specifies that the structure must be modular or per-engineered metal with corrosion-resistant components, utilizing a minimum of twenty-six gauge exterior metal. It defines the acceptable dimensions, requiring a minimum size of nine by fifteen feet and an eave height of at least eight feet. The document serves the purpose of clarifying construction material specifications and requirements for potential contractors and vendors within the context of a federal RFP, emphasizing compliance with design standards and durability.
    The U.S. Department of Homeland Security's Federal Emergency Management Agency (FEMA) provides an Elevation Certificate for the National Flood Insurance Program (NFIP). This certificate is critical for obtaining flood insurance and includes essential information regarding the property located at 438 Airport Road, Galliano, Louisiana, which is owned by the USDA's Golden Meadow Plant Material Center. The property is classified as non-residential, situated in Lafourche Parish, with confirmed building elevations and flood zone analysis based on local floodplain management criteria. Key elements include the base flood elevation (BFE) of +3.00 feet and the latitude and longitude coordinates for accurate location mapping. The certificate requires notarization by a licensed surveyor or engineer, affirming that the details provided are true and correct. Photographic documentation of the building's exterior must accompany the certificate, which deepens compliance with community floodplain ordinances. This Elevation Certificate serves as a foundational document for risk assessment, insurance underwriting, and compliance with federal floodplain regulations, enhancing the community's resilience against flooding events.
    The document is a flood map overview for a specific location in Louisiana, providing critical flood risk information derived from the Preliminary Flood Insurance Rate Map (FIRM). It details point-specific data including the latitude and longitude of a designated point, panel ID, flood zone classification, base flood elevation (BFE), and ground elevation. The flood zone is categorized as X-0.2 PCT Annual Chance Flood Hazard, indicating a low risk of flooding. Ground elevation data is sourced from the US Geological Survey's web services, and any inability to retrieve this data returns an extremely low negative value. The information serves an informational purpose and should not be used for insurance rating; individuals are encouraged to consult local floodplain administrators for official documentation. Overall, the document underscores the importance of understanding local flood risks for effective risk management and compliance with federal and state floodplain regulations.
    The document addresses concerns regarding the finished floor elevation (FFE) for a building under a USDA project, which has led to conflicting guidance on required elevation from various subcontractors. The local building office mandates that the finished floor must be positioned at least 1' above the base flood elevation. In response, the USDA provides information including an elevation certificate from February 2023 and a Louisiana flood map to help determine site elevation. The recommended FFE is suggested to be between 4.33' and 4.5’, with a minimum of 4.00’. This height allows for efficient movement of heavy equipment while managing rainwater accumulation around the foundation to prevent flooding into the building. The document clearly outlines the necessary specifications for construction while tying back to regulatory flood management requirements, ensuring compliance with local standards and promoting informed pricing and site preparation approaches for contractors.
    The document serves as an amendment to a solicitation issued by the USDA FPAC Business Center regarding the construction of several facilities, including an Equipment Storage Building and a Pesticide Storage Shed at the Golden Meadow Plant Materials Center in Louisiana. The primary purpose of the amendment is to extend the deadline for submitting proposals to August 30, 2024, at 17:00 Central Time. Additional materials included in the amendment consist of revised scope descriptions, engineering reports, and site visit documentation. It emphasizes the importance of acknowledging receipt of the amendment by the prospective contractors through specified methods. The amendment also outlines procedural requirements for modifying offers in response to the changes therein. The communications provide contact details for administrative inquiries, ensuring proper coordination among stakeholders involved in the proposal process. Overall, the document reflects standard practices in managing federal RFPs and amendments, maintaining transparency and compliance throughout the solicitation process.
    The document outlines an amendment to a federal solicitation identified as 12FPC324R0010, specifically related to the Golden Meadow Plant Materials Center in Lafourche Parish, Louisiana. It includes guidelines for contractors to acknowledge receipt of amendments and instructions for modifying existing offers. The primary purpose of this amendment is to present additional questions and answers along with the second revision of the Scope of Work, particularly enhancing Section 7.1.1. The document specifies that offers must be acknowledged by a particular deadline to avoid rejection. It also provides contact details for the administrative point of contact at the USDA, emphasizing the importance of procedural compliance in government contracting. Overall, the amendment maintains the existing contract terms while updating key components to facilitate clarity and effectiveness in the procurement process.
    The document details an amendment (12FPC324R0010) regarding a Request for Proposals (RFP) issued by the USDA FPAC Business Center, specifically concerning the construction of facilities at the Golden Meadow Plant Materials Center in Galliano, Louisiana. It extends the RFP submission deadline to September 18, 2024, at 17:00 CT, and provides essential documents for bidders, including a flood map, elevation certification, and a list of questions and answers. Contractors must acknowledge receipt of this amendment by specified methods to ensure their proposals are considered. The amendment reflects administrative changes under FAR regulations and emphasizes the need for compliance with the outlined procedures. The document highlights the importance of proper acknowledgment for timely and valid submissions, ensuring that contractors are informed with the necessary documentation to participate in the RFP process. Overall, the purpose is to facilitate an orderly bidding process while ensuring transparency and adherence to federal guidelines.
    The document outlines a government solicitation (No. 12FPC324R0010) for the construction of an Equipment Storage Building and related facilities at the USDA's Golden Meadow Plant Materials Center in Galliano, Louisiana. The project includes a pre-engineered steel storage building, pesticide storage shed, bulk fuel tank station, and gravel driveway, all with an emphasis on small business participation under the 100 percent small business set-aside. The contractor must provide designs, materials, labor, and equipment, commencing work within 10 calendar days post-award, with a completion timeframe of 240 days. A fixed-price contract is anticipated, with a formal bidding process requiring a 20% bid guarantee. Enhanced safety, performance bonds, insurance, and compliance with construction standards are mandated to ensure project integrity. The solicitation details mandatory offer components, submission guidelines, and criteria for evaluation of the proposals, reinforcing adherence to budget constraints while maximizing project features. This RFP is significant for fostering local economic participation in federal infrastructure projects while ensuring compliance with safety and operational standards.
    The United States Department of Agriculture’s Natural Resources Conservation Service has initiated a project in Galliano, Louisiana, to construct an equipment storage building, accompanied by optional pesticide and fuel storage facilities and a gravel driveway. The main structure will measure 50 feet by 100 feet, featuring a steel pre-engineered design compliant with local construction codes. The project aims to support the Golden Meadow Plant Materials Center’s operations in providing environmental benefits like soil health and water quality. Key components include site preparation, electrical and plumbing installations, and specific constructions such as a pesticide storage shed and bulk fuel station. Detailed specifications for foundation design, building materials, and utilities are outlined, and contractors are required to have a significant history in similar constructions. The proposal includes additive options contingent on available funding, and contractors must submit various construction plans and safety documentation before commencing work. This initiative reflects the federal commitment to enhancing local facilities supporting agricultural conservation and environmental sustainability while ensuring compliance with safety and structural integrity standards.
    This document pertains to the General Decision Number LA20240040, detailing wage determinations for building construction projects in Lafourche County, Louisiana. It is framed under the Davis-Bacon Act, stipulating that contractors must adhere to minimum wage rates as outlined in Executive Orders 14026 and 13658. For 2024, the minimum wage for covered workers is set at $17.20 per hour or the appropriate prevailing wage, whichever is higher. Contracts prior to January 30, 2022, are subject to a lower rate of $12.90. The document also emphasizes requirements for paid sick leave per Executive Order 13706 and provides a structure for addressing wage determination appeals. Various classifications of labor, along with their respective wage rates and fringe benefits for specific trades, are listed, indicating both union and survey rates. The information is crucial for contractors and stakeholders involved in federal grants and RFPs, ensuring compliance with labor standards and wage requirements. Overall, it reinforces the administration's commitment to fair compensation and worker rights in federally contracted construction projects.
    The USDA's Farm Production and Conservation Service (FPAC) has issued a request for past performance information as part of its solicitation process for potential contractors. Proposals must include detailed records of recent and relevant projects, specifically citing three past performance examples. Each example requires the contractor to provide the company's name, the point of contact’s (POC) details, the contract title and number, a description of the work performed, the contract value, and the contract's start and end dates. This documentation is essential for evaluating the contractor's capabilities and ensuring alignment with FPAC's expectations. Overall, the emphasis on past performance highlights the USDA's commitment to selecting qualified partners based on their historical execution of contracts, ensuring that they meet the standards and requirements set forth in the solicitation. This process is crucial for maintaining high-quality service in federal initiatives.
    Similar Opportunities
    Moore Air Base Building 6414 Electrical Upgrades - Phase 1
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the "Moore Air Base Building 6414 Electrical Upgrades - Phase 1" project located in Edinburg, Texas. This project involves the replacement of outdated electrical distribution systems, including a new service transformer, exterior main switchboard, and transfer switch, due to significant corrosion and water damage in the existing equipment. The upgrades are critical for ensuring the operational efficiency and safety of the facility's electrical infrastructure, which is essential for the USDA's ongoing activities. Interested small business contractors must submit their proposals by the specified deadline, with the project estimated to cost between $250,000 and $500,000, and a completion timeline of 120 days post-award. For further inquiries, potential bidders can contact Jim Roloff at james.g.roloff@usda.gov or by phone at 612-590-7603.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. This project involves extensive renovations to an 8,000 GSF facility, focusing on upgrades to laboratory and administrative spaces while ensuring continuous operations during construction. The contract, estimated to be valued between $5 million and $10 million, requires compliance with federal standards, including adherence to the Buy American Act and various safety and labor regulations. Proposals must be submitted electronically by the specified deadline following a mandatory pre-proposal conference on September 19, 2024, and interested contractors can reach out to Jim Roloff at james.g.roloff@usda.gov for further inquiries.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    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.
    MARAD 2 DOT NDRF WHARF
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the renovation of the Maritime Administration (MARAD) facilities at the DOT Warehouse located in New Orleans, Louisiana. The project involves extensive renovations, including demolition of existing interior finishes, removal of hazardous materials, and installation of new mechanical, electrical, and plumbing systems, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is a 100% Small Business Set-Aside, emphasizing the government's commitment to supporting small businesses while ensuring compliance with federal contracting standards. Interested firms must submit their proposals by September 5, 2024, and are encouraged to attend a site visit scheduled for July 25, 2024. For further inquiries, contact Mark Blanco at mark.blanco@gsa.gov or Roderick Blouin at roderick.blouin@gsa.gov.
    Y--GAOA - Design Build Wastewater Treatment System at
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the design and construction of a new wastewater treatment system at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project aims to replace the existing sewage treatment plant serving the Visitor Complex, ensuring compliance with environmental regulations and enhancing service capabilities. This opportunity is set aside for small businesses, with a contract value estimated between $250,000 and $500,000, and a performance period from November 21, 2024, to May 24, 2025. Interested contractors must submit proposals by September 20, 2024, and can direct inquiries to Samantha Lague at samanthalague@fws.gov or by phone at 413-253-8349.
    Y--Jerseydale Work Center Barracks
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the construction of the Jerseydale Work Center Barracks as part of the Batterson & Jerseydale New Construction Project in California. This initiative aims to rebuild and expand facilities that were damaged during the 2020 Creek Fire, focusing on constructing two 6-person barracks and multiple prefabricated metal buildings, while adhering to sustainability and design standards set forth by the Forest Service. The project is crucial for enhancing operational capabilities within the Sierra National Forest and ensuring compliance with environmental regulations. Interested certified 8(a) firms must submit their proposals by October 20, 2024, with an estimated construction budget between $5 million and $10 million. For further inquiries, contact Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    Greenhouse Construction, Blueberry and Cranberry Research Station, Chatsworth, New Jersey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through its Agricultural Research Service, is soliciting proposals for the construction of a Cranberry Breeding and Genetics Greenhouse at the Blueberry and Cranberry Research Center in Chatsworth, New Jersey. The project involves the construction of a standalone greenhouse using the Prospiant Windjammer 6000 model, with an option for an additional greenhouse, and includes site improvements, utility services, and equipment connections. This initiative is crucial for enhancing agricultural research capabilities in blueberry and cranberry development, reflecting the USDA's commitment to modern infrastructure and environmental standards. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM ET, and can direct inquiries to Janie Roney at janie.roney@usda.gov. The estimated contract value ranges between $1,000,000 and $5,000,000, with a performance period of 180 days post-notice to proceed.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.
    LED LIGHTING REPLACEMENT
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking contractors for a project to install LED lighting at the National Plant Germplasm Quarantine Center in Beltsville, Maryland. The procurement involves replacing approximately 42 outdoor fixtures and additional indoor lighting, with a focus on energy efficiency and modernization of the facility. This total small business set-aside contract, valued between $100,000 and $250,000, is expected to commence on October 1, 2024, and conclude by April 15, 2025. Interested contractors must submit firm-fixed price proposals by September 20, 2024, and can direct inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.