The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for New raisin grape trellis installation at San Joaquin Valley Agricultural Sciences Center
ID: 12905B25Q0010Type: Presolicitation
Overview

Buyer

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

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), is seeking bids for the construction of a new raisin grape trellis system at the San Joaquin Valley Agricultural Sciences Center in Parlier, California. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to install a gable trellis system over a 4.61-acre trial block, adhering to specific design and construction standards. This procurement is particularly significant as it supports agricultural research and is set aside for small businesses under NAICS code 238120, with a budget range of $25,000 to $100,000. Interested contractors must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with prior registration required. For further inquiries, contact Mr. Lam Pham at lam.pham@usda.gov.

    Point(s) of Contact
    Mr. Lam Pham
    lam.pham@usda.gov
    Files
    Title
    Posted
    The USDA Agricultural Research Service is soliciting bids for the installation of a trellis system for a 4.61-acre trial block designated for raisin grape breeding at its San Joaquin Valley Agricultural Sciences Center in Parlier, CA. The project involves establishing a gable trellis with a specific configuration of 24 rows, featuring vine spacing of 6' x 12', with the trellis oriented east to west. Key objectives include providing a high-quality installation at a minimal cost, with vendors required to deliver a comprehensive, defect-free trellis system ready for use. Proposals must detail an itemized list of materials, labor costs, and schematic drawings showing the layout and components of the system. The installation period is expected to be completed within 60 days following the notice to proceed. This RFP emphasizes collaboration between the USDA and potential vendors to support agricultural research effectively.
    The document outlines the General Decision Number CA20240018 for construction wage determinations in California, effective December 20, 2024. It supersedes the previous decision CA20230018 and applies to various counties in California, including Alameda, Contra Costa, San Francisco, and more. The decision stipulates wage rates for different labor classes in building, heavy, dredging, and highway construction projects, emphasizing compliance with the Davis-Bacon Act and applicable Executive Orders. Key wage rates are provided for specific crafts, including Asbestos Workers, Boilermakers, Electricians, and various construction and operator roles, differentiated by geographic areas (Area 1 and Area 2). For instance, Electricians in San Francisco receive $91.25, while those in Fresno earn $45.00. The document mandates that contractors must adhere to these rates based on contract dates and renewal terms. Moreover, it outlines that the minimum wage rates will be adjusted annually and requires contractors to submit conformance requests for any necessary classifications not listed. Overall, the document serves crucial roles in government contract compliance, ensuring fair wages for workers on federally funded projects while providing comprehensive wage schedules tailored to specific labor sectors.
    The document outlines the requirements for submitting a Construction Progress and Payment Schedule (Form ARS-371) to the U.S. Department of Agriculture's Agricultural Research Service. This form must be submitted within 14 calendar days after receiving a Notice to Proceed, regardless of whether partial payments are requested. Key sections of the form include details about the contract number, amount, calendar days, start and completion dates, project location, and the contractor's information. Contractors must break down the work into detailed dollar values and percentages representing the scope and progress of each branch of work. Columns for expected start and completion dates require careful attention, ensuring that final completion does not exceed the agreed completion date. The contractor must sign the form, submitting it for approval to the Contracting Officer, who returns an approved copy for the contractor’s records. This structured approach ensures clarity and accountability in managing federal construction contracts, facilitating accurate tracking of progress and financial transactions in government RFPs and grants.
    The document is a Contractor's Request for Payment Transmittal form used in federal government contracting, specifically under the USDA-ARS. It outlines the procedure for requesting and certifying payments for contracted work. Key components include the original contract amount, change orders, adjusted contract prices, value of completed work, and materials stored at the site. The contractor must provide a certification that payments to subcontractors have been made and that requested amounts adhere to contract specifications. It requires signatures from both the contractor and appropriate government representatives to authorize payments. This form is critical for maintaining financial accountability and compliance in federal grants and contracts, ensuring proper tracking of expenditures associated with government-funded projects.
    The USDA Agricultural Research Service's San Joaquin Valley Agricultural Sciences Center seeks a contractor to install a trellis system for a new raisin grape trial block covering 4.61 acres in Parlier, California. The area is prepped, with an established irrigation system, and the trellis will consist of 24 rows maintaining vine spacing of 6' x 12'. The primary objective is to procure a high-quality trellis system at a competitive cost. Vendors must deliver a fully functional trellis, free of defects, while adhering to specific installation procedures, including marking fields, installing posts, laying wire, and attaching components. Proposals must include detailed itemized lists of parts, labor costs, and schematic drawings illustrating the layout and specifications of the trellis system. Performance is to be completed within 60 days following the issuance of a notice to proceed. The project underscores the government’s commitment to enhancing agricultural research capabilities through structured contracts that ensure quality and precision in implementation.
    The document details an amendment to a federal solicitation, specifically for USDA ARS in Albany, CA, identified by solicitation number 12905B25Q0010. The amendment outlines the procedures for acknowledging receipt and implementing changes to offers submitted in response to the solicitation. It notes that offers must be acknowledged in specific ways before the deadline to avoid rejection. The primary modification involves the inclusion of FAR 52.223-23, which pertains to sustainable products and services within the solicitation framework. The document specifies that this amendment is relevant for modifying contracts or orders and clarifies that other terms and conditions remain unchanged, emphasizing adherence to federal regulations. The signing authority is denoted, ensuring proper administrative processes are followed for modifications. Overall, this amendment emphasizes the importance of sustainability in governmental contracting processes while providing clear guidelines for the submission of changes or acknowledgments.
    The USDA Agricultural Research Service (ARS) Pacific West Area (PWA) is soliciting bids for a construction project to design and install a new raisin grape trellis system in Parlier, California. The contractor must provide all labor, materials, equipment, and supervision to complete the project in adherence to the provided specifications, within a projected budget of $25,000 to $100,000. This solicitation is specifically set aside for small businesses under the NAICS code 238120. The bidders are required to submit sealed offers by January 24, 2025, with a performance period of 60 calendar days post-notice to proceed. Contractors must ensure compliance with federal standards, including the use of biobased products, provide necessary bonds, and complete the work following health and safety regulations. All proposals must adhere to strict guidelines regarding materials and construction practices, including those outlined for invoicing and project reporting. Additionally, the document emphasizes the importance of using domestic construction materials as per the Buy American Act and details on required project documentation upon contract completion. This solicitation exemplifies the government's effort to ensure quality construction through rigorous oversight and commitment to local small businesses.
    Similar Opportunities
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    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.
    F--CNWR & CVCA Irrigation and Maintenance
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide irrigation and maintenance services at the Cibola National Wildlife Refuge in Arizona and the Cibola Valley Conservation Area in California. The contractor will be responsible for delivering all necessary personnel, equipment, and materials to perform tasks such as efficient water use, chemical application, irrigation, site maintenance, and weed control. This procurement is a 100% Small Business Set-Aside, with a NAICS code of 115112 and a small business size standard of $9.5 million, and it will be awarded as a firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period. Interested parties should prepare for the solicitation, which is expected to be issued on or about December 30, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Kathleen Berry at kberry@usbr.gov.
    United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU) - Lexington, KY
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for the construction of a two-story, 39,000 square foot research facility for the United States Department of Agriculture (USDA) on the University of Kentucky campus in Lexington, Kentucky. This facility will support the USDA-ARS mission to enhance the sustainability and profitability of forage-based livestock enterprises, featuring laboratory and office spaces, collaboration areas, and specialized installations such as chemical fume hoods and walk-in cold storage. The anticipated contract, valued between $25 million and $100 million, is expected to be awarded as a Firm-Fixed-Price (FFP) contract, with the solicitation release anticipated around January 9, 2026, and proposals due by February 24, 2026. Interested parties should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil for further details.
    Table-Top Free Space Measuring System - USDA-ARS Auburn AL
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA-ARS), is seeking information from qualified sources regarding a specialized Table-Top Free Space Measuring System to be utilized at the National Soil Dynamics Laboratory in Auburn, Alabama. The procurement aims to acquire a microwave instrument capable of measuring reflection and transmission data without damaging the samples, with specific requirements including a small frame for various specimen types, frequency range capabilities, and software for calculating S-parameters. This opportunity is part of a market research effort and is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and woman-owned businesses, with responses due to the primary contact, Theodore Blume, at Theodore.Blume@usda.gov. Interested vendors should submit their capability statements detailing their qualifications and relevant experience by the specified deadline.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building and associated site utilities at the USDA-ARS Research Park in Auburn, Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) from Auburn University to the new facility, which may also include optional features such as a lab annex, greenhouse, and other related buildings. The procurement is crucial for advancing agricultural research capabilities and enhancing the USDA's operational efficiency. 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, with the site visit roster already uploaded to SAM.gov.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to issue a Request for Quote (RFQ) for the Tule Property Clearing project in Porterville, California. This project involves clearing encumbrances on properties adjacent to Lake Success to facilitate the Tule River Spillway Enlargement Project, requiring the removal of various structures and materials such as fencing, irrigation piping, and concrete blocks. The contract will be set aside for small businesses under NAICS Code 238910, with an estimated issuance date of December 23, 2025, and quotes due by January 27, 2026. Interested vendors should monitor SAM.gov for updates and are encouraged to contact La Chad Jefferson or Raymond R. Greenheck for further inquiries.
    FY 26 Complete Common Stand Exams SSRP Lincoln National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking proposals for a firm-fixed-price contract to conduct Common Stand Exams (CSEs) as part of the South Sacramento Restoration Project (SSRP) in the Lincoln National Forest, New Mexico. This contract, set aside 100% for small businesses, aims to collect critical data from 541 points across ten bid items, which will support the monitoring of the Mexican Spotted Owl Management Experiment and facilitate timber sales and hazardous fuels reduction treatments. The project is significant for enhancing forest health and timber production, aligning with federal initiatives to expand American timber production. Proposals are due by January 5, 2026, with an estimated contract value of $11.5 million and a performance period from February 5, 2026, to February 4, 2028. Interested contractors should direct inquiries to Shavera Leveille at shavera.leveille@usda.gov or call (912) 463-3328.