12905B25SS1151272 – Sources Sought for USDA ARS PWA 102 A-G Greenhouse Reglazing Prosser WA
ID: 12905B25Q0066Type: Sources Sought
Overview

Buyer

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

NAICS

Glass and Glazing Contractors (238150)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking contractors for the reglazing of Greenhouse 102 A-G at the USDA-ARS facility in Prosser, Washington. The project requires qualified contractors to provide all necessary labor and materials, with an estimated budget between $100,000 and $250,000, and completion expected within 90 days of receiving the notice to proceed. This opportunity is significant as it involves maintaining the integrity of research facilities critical to agricultural studies. Interested contractors must submit proposals by 5:00 p.m. Pacific Time on July 7, 2025, and direct all inquiries to Theodore Blume at the provided email address, ensuring compliance with bonding requirements and submission protocols outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation is an invitation for bids for a construction project managed by the USDA Agricultural Research Service (ARS) to reglaze greenhouses 102 A-G at the IAREC in Prosser, Washington. The contractor is required to provide all necessary labor and materials within a budget estimated between $100,000 and $250,000, completing the project within 90 days of receiving the notice to proceed. Quotes must be submitted by July 7, 2025, by 5:00 p.m. Pacific Time. Specifications include the use of biobased products where available, compliance with labor regulations, and bonding requirements (payment and performance bonds for contracts over $150,000). The document outlines comprehensive requirements covering the scope of work, safety protocols, employee qualifications, and compliance with various Federal Acquisition Regulation (FAR) clauses. It emphasizes the importance of completing work with qualified personnel, maintaining safety standards, and managing project records accurately. Proper inspection and acceptance processes are established to ensure successful project completion and compliance with all stipulated conditions. The solicitation encourages competitive bidding from contractors who meet mandatory requirements outlined within the document.
    The document outlines the process for completing the Construction Progress and Payment Schedule Form ARS-371, required by the U.S. Department of Agriculture's Agricultural Research Service (ARS) for contractors. The main purpose of the form is to track the progress and financial aspects of construction projects funded by federal grants or contracts. Contractors must submit the completed form within 14 days of receiving the Notice to Proceed, detailing all branches of work with respective dollar values and the percentage of work completed. It requires the contractor to provide specific information, including contract number, payment amounts, and project timelines, with sections for progress tracking and final completion dates. Approval from the contracting officer is necessary, ensuring all submitted data corresponds accurately to project milestones. This systematic approach aids in effective management and oversight of government-funded projects, maintaining accountability and transparency.
    The document outlines the "Contractor's Request for Payment Transmittal" form used in federal and state contract management, particularly by the USDA-ARS, for processing payments to contractors engaged in projects. It consists of various sections detailing the contractor's payment requisition, including the contract number, project specifics, and relevant financial data for assessments, such as the original contract amount, change orders, total adjusted prices, values of completed work, and materials stored at the site. The document emphasizes the contractor's certification process, asserting compliance with contractual obligations regarding subcontractor payments and stipulating that the amounts requested are solely for work completed per the contract specifications. The main purpose is to ensure appropriate payment processing, maintain financial transparency, and confirm adherence to relevant legal frameworks, specifically Chapter 39 of Title 31, U.S. Code. Overall, this form facilitates systematic payment verification while reinforcing accountability among contractors and subcontractors in federal projects, highlighting the importance of compliance and proper financial management in government contracts.
    The document is a Request for Information (RFI) concerning the reglazing of Greenhouse 102 A-G at the USDA Agricultural Research Service in Prosser, Washington. It outlines the procedural requirements for contractors intending to submit questions or requests for clarification about the project. The instructions emphasize that submissions must reference specific sections of the solicitation or drawings; otherwise, the government will not respond. Key project details include the project number 12905B25Q0066, and the contact person Theodore Blume from USDA-ARS-PWA. The RFI includes a structured format for submission, with fields for project specifications, necessary information, and contact details. The context of this document reflects the structured and regulated approach the government employs in the procurement process for federal grants and contracts, seeking to maintain clarity and accountability in contractor communications. Overall, the RFI serves as a formal channel for seeking further information essential for project participation.
    The document pertains to Request For Proposal (RFP) # 12905B25Q0066 issued by the USDA-ARS-PWA in Pullman, WA. It outlines the requirements for the Past Performance Questionnaire (PPQ) that contractors must complete and submit to demonstrate their past performance to the USDA. Contractors are responsible for filling out their information and request feedback from their clients, who must assess the contractor's performance in various areas such as technical execution, work quality, schedule adherence, and cost management. Clients are asked to rate performance and indicate if they would engage the contractor again. The questionnaire includes sections for both contractors and clients, ensuring a clear and formal feedback loop. This document reflects a standard procedure in federal contracting, designed to evaluate contractor reliability and capability as part of the bidding process. This is essential for maintaining quality and accountability in government projects.
    The document outlines responses to contractor requests for information (RFIs) regarding a construction project, indicating that no further RFIs will be accepted past the June 18, 2025, deadline. Key topics addressed include structural concerns with Greenhouse 1,102, which showed warping on polycarbonate panels. The contractor proposed adding internal bracing to prevent future issues, but the USDA declined this modification. It was confirmed that the building will not be emptied for the construction, and any existing items within must be protected from environmental conditions. Additionally, the contractor is responsible for security as exterior material storage will be available in a nearby lot. The information reflects standard procedures and expectations in government RFP processes, focusing on maintaining building integrity and contractor accountability during project execution.
    The USDA Agricultural Research Service has issued a Statement of Work for the reglazing of Greenhouses 102 A-G at its Prosser Worksite in Washington, to be completed by August 30, 2025. The project involves removing and replacing outdated polyacrylic glazing to improve natural light, which is currently hindered by aging materials that require increased use of grow lights, thus impacting plant growth and research activities. Contractors must adhere to federal, state, and local codes, obtain necessary permits, and ensure safe site access. The work includes careful demolition and installation of new polycarbonate glazing compliant with manufacturer specifications. The contractor is responsible for quality control, protection of existing property, and managing hazardous materials appropriately. A phased plan is required to minimize disruption to ongoing research. In addition, the contractor must submit technical proposals, coordinate modifications with government representatives, and ensure site cleanliness. Upon project completion, a one-year warranty on workmanship is mandated. The comprehensive directives reflect federal commitment to environmental research with respect for safety and operational continuity within the facility.
    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.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.
    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.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.
    Pineville Greenhouse Transformer Replacement (LA)
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Pineville Greenhouse Transformer Replacement project at the Alexandria Forestry Center in Pineville, Louisiana. The project involves replacing a failed 75 KVA ground-mounted electrical transformer, including the removal of the old transformer and concrete pad, installation of a new concrete pad, and replacement of high-voltage feed cables for two research greenhouses. This procurement is crucial for maintaining the operational integrity of the research facilities, ensuring compliance with applicable codes and standards. Interested contractors must submit their offers by December 16, 2025, at 5:00 PM EST, and are encouraged to attend a non-mandatory site visit on December 9, 2025. For further inquiries, contact Brandye Wakefield at brandye.wakefield@usda.gov or Jalisa Sims at jalisa.sims@usda.gov.