Air Handler Unit replacement - Wapato, WA
ID: 12905B24R0019Type: Presolicitation
Overview

Buyer

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

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
    Description

    The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking contractors for the replacement of four rooftop air handling units at its facility in Wapato, Washington. The project requires comprehensive services, including the provision of labor, materials, and supervision to ensure the installation of new air handling units that meet current code requirements and the facility's operational needs. This initiative is crucial for maintaining the functionality and efficiency of the mechanical systems essential for the USDA's research operations. Proposals must be submitted electronically by October 15, 2024, with a project budget estimated between $5,000,000 and $10,000,000, and work is expected to commence following a notice to proceed, with a performance period from December 12, 2024, to June 11, 2025. Interested contractors can contact Robert Skipper at robert.skipper@usda.gov or Michael Hassett at michael.hassett@usda.gov for further details.

    Files
    Title
    Posted
    The United States Department of Agriculture (USDA) Agricultural Research Service (ARS) has issued a Request for Proposals (RFP) for a construction project involving the replacement of four rooftop air handling units at its facility in Wapato, Washington. The project budget is estimated between $5,000,000 and $10,000,000 and requires contractors to provide all necessary labor, materials, and supervision. Contractors must begin work within a specified timeframe after receiving the notice to proceed, with a performance period extending from December 12, 2024, to June 11, 2025. The scope includes not only the replacement of the air handling units but also reprogramming the existing building automation systems for compatibility with the new equipment. Proposals must be submitted electronically by the deadline of October 15, 2024, and all offerors need to register with the System for Award Management. Furthermore, the project emphasizes compliance with federal wage rates and expects the utilization of biobased products as mandated by the USDA. Contractors are required to furnish performance and payment bonds, and adherence to environmental and safety regulations is crucial. This RFP reflects USDA's commitment to enhancing its facilities while ensuring environmental compliance and safety standards throughout the construction process.
    The project at the USDA Research Lab in Wapato, initiated due to the deterioration of key mechanical systems installed in 1993, focuses on replacing four rooftop air handling units (AHUs). This project will involve the custom design and installation of new AHUs that conform to current code requirements and the facility's specific needs. The primary contract will cover the complete replacement of AHU-4, with additional alternate bids for AHU-2, AHU-1, and AHU-3. The electrical setups are detailed to align with the phased replacement plan, emphasizing the need for careful coordination with lab staff during system shutdowns. A crane will be utilized for the installation, with the contractor responsible for site preparation and restoration post-lift. Overall, this endeavor underlines the USDA's commitment to maintaining functional and efficient mechanical systems critical for the lab’s operations.
    The document outlines the Complete Phased Air-Handling Units Replacement project in Wapato, Washington, focusing on the replacement of four rooftop air-handling units (AHUs) at the USDA Agricultural Research Service facility. It details the scope of work, including testing, adjusting, balancing (TAB), and cleaning of the units. The project is structured with a base bid for AHU-3 and alternates for AHU-1, AHU-2, and AHU-4, alongside potential deductive options for existing components. The submission requires adherence to various government protocols and regulations, particularly concerning safety, quality control, and environmental considerations. Special work restrictions include maintaining operational HVAC service during construction, limited disruption to laboratory functions, and stringent scheduling requirements to minimize utility outages. The contractor is obliged to provide a detailed project schedule, including administrative requirements, invoicing, insurance, and documentation processes, ensuring clarity and compliance throughout project execution. The project emphasizes government oversight, requiring interdepartmental collaboration, timely submission of reports, and responsive action to any issues that may arise during construction. This comprehensive approach aligns with federal standards for construction contracts, highlighting the importance of adherence to protocols for successful project completion.
    The document is a construction progress and payment schedule form (ARS-371) issued by the U.S. Department of Agriculture’s Agricultural Research Service. Its primary purpose is to outline the requirements for contractors regarding the submission of progress and payment data within 14 days of receiving the Notice to Proceed. The form mandates complete details including contract number, project location, contractor details, and a breakdown of work values and completion percentages. Contractors must indicate the value of each work branch, the percentage completed, and the timeline for each segment of work. Approval from the contracting officer is required, and an approved copy must be retained by the contractor. This document serves as a crucial administrative tool for managing federal construction projects and ensuring compliance with funding and scheduling agreements in the context of government RFPs and grants.
    The document is a Contractor's Request for Payment Transmittal form used by the USDA Agricultural Research Service (ARS). Its primary purpose is to facilitate the payment process for contractors engaged in federal projects, detailing the payment request procedures for progress payments. Key components include sections for recording the original contract amount, change orders, and adjustments to the total contract price. It also requires a breakdown of completed work and materials stored on-site, culminating in the calculation of the total payment due after deductions for previous requests. Essential elements include the contractor's certification that they will pay any subcontractors or suppliers promptly from received funds and acknowledgment that this request does not serve as final acceptance of subcontracted work. The form must be signed by authorized representatives from both the contractor's side and the overseeing agency, confirming compliance with federal payment regulations. This structured approach aims to ensure transparency and accountability in federal funding disbursement for construction and project services, aligning with the standards outlined in federal grants and contracts.
    The Past Performance Questionnaire (PPQ) is a form associated with Request For Proposal (RFQ) # 12905B24R0019 for the USDA-ARS-PWA Air Handler Replacement project in Wapato, WA. Contractors must fill out sections detailing their company information, project specifics, and client contacts while also notifying clients about the need for them to complete the questionnaire by October 15, 2024. Clients evaluate the contractor's performance in areas such as technical, quality, schedule, and cost performance, with ratings ranging from excellent to poor. They also indicate if the contractor proactively managed risks and if they would consider re-hiring the contractor. Additionally, the contracting office provides an overall assessment of contractual performance. This structured feedback process aims to enhance procurement efficiency by gathering detailed performance metrics from clients, thereby ensuring that the contractors' past performances are adequately assessed before awarding contracts. The document encapsulates a critical component of the federal contracting process, reinforcing the importance of past performance evaluations in maintaining quality and accountability in government projects.
    The document is a Request for Information (RFI) related to the Air Handler Replacement project (Project Number: 12905B24R0019) for the USDA Agricultural Research Service in Wapato, WA. It outlines essential instructions for contractors regarding questions or requests for clarification, emphasizing the need to specify relevant sections of the solicitation or specifications when submitting inquiries. The RFI includes fields for project title, location, contact information, and details about the information needed. Additionally, responses to inquiries will be issued through a Solicitation Amendment by the Contracting Officer, and contractors must keep abreast of any amendments. The document aims to facilitate clear communication between the government and potential contractors while ensuring compliance with solicitation procedures. Overall, it supports the government's efforts to streamline the bidding process for the air handler replacement by providing necessary guidance to respondents.
    The document outlines the wage determination for construction projects in Yakima County, Washington, under the Davis-Bacon Act. It specifies the minimum wage requirements for contractors based on the type of contract and date awarded, distinguishing between Executive Orders 14026 and 13658. For projects initiated in 2024, covered workers must earn a minimum of $17.20 per hour, while those awarded before January 30, 2022, must receive at least $12.90 per hour. The document lists various job classifications and their corresponding wage rates, which include both base rates and fringe benefits for different trades such as electricians, carpenters, and operators. Additionally, the guidelines affirm that operators must be compensated according to the prevailing wage rates set in the area. It also discusses the appeals process for wage determinations, providing steps for interested parties seeking review. This framework ensures compliance with federal labor standards and worker protections, reflecting the government's commitment to fair wages in public construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Upgrade Elevated Service and Storage Platforms
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the upgrade of elevated service and storage platforms at the National Bio and Agro-Defense Facility (NBAF) located in Manhattan, Kansas. The project involves the repair, alteration, and addition of existing structures, requiring the contractor to provide all necessary labor, materials, and equipment in accordance with the Statement of Work. This construction project, valued between $1,000,000 and $5,000,000, is critical for enhancing the facility's operational capabilities. The Request for Proposal (RFP), numbered 12805B25R0001, is anticipated to be released around October 31, 2024, and interested parties should monitor sam.gov for updates. For inquiries, potential offerors can contact David Reynolds at david.reynolds2@usda.gov.
    12905B25Q0005 – Pre-Solicitation for Septic Tank Replacement USDA – Dubois ID
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking qualified contractors for the replacement of an aging septic tank at its facility in Dubois, Idaho. The project involves the removal of an old metal septic tank and the installation of a new 1,000-gallon precast concrete tank, including necessary connections to the existing septic line and drainage field, while adhering to local health regulations. This initiative is crucial for maintaining proper waste management systems at federal facilities and ensuring compliance with state and federal codes. The contract, valued at less than $25,000, is set aside for small businesses under NAICS Code 238910, with a completion timeframe of 30 days post-Notice to Proceed. Interested contractors should monitor the SAM.gov website for the Request for Quotation (RFQ) expected to be issued around October 22, 2024, and direct any inquiries to Theodore Blume at Theodore.Blume@usda.gov.
    Electrical Upgrades: PROJECT II – Internal Building Transformers and Disconnects (Kimberly, ID)
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the Electrical Upgrades Project II at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project involves upgrading the existing electrical system by replacing outdated internal building transformers and disconnect switches, as well as updating associated wiring to enhance safety and functionality while accommodating future facility needs. This initiative is crucial for maintaining operational efficiency and safety standards, as the facility will remain occupied during the construction phase. The anticipated contract, valued between $250,000 and $500,000, is set to be a Total Small Business Set-Aside under NAICS Code 237130, with the Request for Proposal (RFP) expected to be issued around November 1, 2024. Interested parties should monitor the Contracting Opportunities section on https://sam.gov/ for updates and ensure they are registered with the System for Award Management.
    Request For Proposals (RFP) - USDA South Building Foodservice Operator - Washington D.C.
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is soliciting proposals for a qualified Foodservice Contractor to operate the cafeteria in its South Building located in Washington, D.C. The contractor will be responsible for providing a diverse range of high-quality, freshly prepared meals while adhering to sustainability practices and federal food service guidelines. This initiative aims to enhance dining services for approximately 3,000 USDA personnel and public visitors, emphasizing the use of American-made and locally sourced products, alongside waste reduction and composting programs. Proposals are due by 5 PM ET on October 23, 2024, with a site visit scheduled for October 9, and the anticipated contract period is from February 1, 2025, to January 31, 2030, with a budget of $47 million. Interested contractors should contact Elliot Dale at elliot.dale@usda.gov or Carlton L. Bradshaw at carlton.bradshaw@usda.gov for further information.
    Z1DA--578-17-012 Replace AHU Air Handling Units in Building 45 (VA-25-00004335)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of Air Handling Units (AHUs) in Building 45 at the Edward Hines Jr. VA Hospital, identified by Project Number 578-17-012. This project requires contractors to provide labor, materials, and equipment for the HVAC system replacement and associated renovations, with a performance period of 420 calendar days following the Notice to Proceed. The initiative is crucial for enhancing the hospital's infrastructure, ensuring improved air quality and operational efficiency for veteran healthcare services. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must attend a mandatory site visit on October 8, 2024, with bids due by October 29, 2024; the estimated contract value ranges from $2 million to $5 million. For further inquiries, contractors can contact Amber Jendrzejek, the Contract Specialist, at Amber.Jendrzejek@va.gov.
    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.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Rotorwash IRSC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking market information through a Request for Information (RFI) for the Rotorwash Integrated Resource Service Contract (IRSC) in the Okanogan Wenatchee National Forest, focusing on the Methow Valley Ranger District in Washington. The objective of this procurement is to enhance forest resilience against wildfire and disease while improving overall forest health through commercial thinning, fuels reduction, and fireline construction across approximately 550 acres, with an additional 450 acres available for optional treatments. This initiative is part of the Forest Service's commitment to utilizing stewardship contracts to meet local community needs and effectively manage public lands. Interested parties must respond to the RFI by November 13, 2024, and are encouraged to participate in a pre-proposal site visit scheduled for October 23, 2024, to discuss project details and operational requirements. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057.
    N045--NO RISK - FY25 Tier 3 CON NRM 648-20-117 Correct FCA HVAC Deficiencies Bldg 2 Laundry Warehouse
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research through a Sources Sought Announcement for construction services aimed at correcting HVAC deficiencies at the Portland VA Healthcare System's Vancouver Campus. The project involves the installation of new HVAC units, replacement of existing systems, and necessary modifications to ensure compliance with operational standards, all while minimizing disruption to ongoing medical operations. This procurement is particularly important for maintaining the functionality of critical infrastructure in a sensitive healthcare environment. Interested firms, especially those classified under NAICS code 238220 (Plumbing, Heating, and Air Conditioning), are encouraged to submit their capabilities and past performance information by 4:00 p.m. PDT on September 22, 2024, with an estimated contract value between $5 million and $10 million and a performance period of 120 days following the notice to proceed. For further inquiries, contact Danyel Smith at danyel.smith@va.gov or (813) 816-7155 Ext 100302.
    Z2JZ--504-22-107 Replace CLC Air Handling Equipment and Upgrade Controls, Bldg. 29
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the replacement of air handling equipment and the upgrade of controls in Building 29 at the Amarillo VA Medical Center. The project involves comprehensive construction activities, including the installation of new air handling units (AHUs) while ensuring minimal disruption to ongoing healthcare operations. This initiative is part of the VA's commitment to modernizing its facilities to enhance the quality of care for veterans. Interested parties can contact Contract Specialist Nicholas L. Smith at Nicholas.Smith21@va.gov for further details, with the pre-bid site visit scheduled for October 3, 2024, to familiarize bidders with the project scope and requirements.