North Campus Underground Utility Repairs, Ames, Iowa
ID: 1232SA25Q0083Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

REPAIR OR ALTERATION OF LABORATORIES AND CLINICS (Z2DB)

Set Aside

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

    The U.S. Department of Agriculture's Agricultural Research Service is seeking qualified contractors for the North Campus Underground Utility Repairs project in Ames, Iowa. This project involves the replacement and repair of underground utilities, specifically condensate piping and storm drain systems, with an estimated cost between $100,000 and $250,000. The work is critical for maintaining the integrity of essential infrastructure that supports agricultural research operations, and contractors must adhere to strict safety and regulatory standards throughout the project. Interested vendors are required to submit their quotes by 10:00 A.M. Eastern Time on June 9, 2025, and must register with the System for Award Management (SAM) prior to bidding. For further inquiries, contact Osvaldo Rodriguez at osvaldo.rodriguez@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work for the North Campus Underground Utilities Repairs at USDA, Ames, IA outlines a project aimed at replacing deteriorated steam condensate piping and storm drain systems that were uncovered during 2024 excavation. The project consists of five main sections: replacing condensate piping from buildings 5 and 7 to valve vault 105, addressing sagging storm drain piping, repairing leak detection conduits, and fixing leaks in the PPW infrastructure. The contractor is required to implement safe excavation practices, preserve existing utilities, ensure thorough project coordination with USDA staff, and follow strict regulatory requirements. All workmanship must conform to safety standards and project specifications, with a focus on minimizing disruptions to ongoing research operations during construction. The successful completion of this project is vital for maintaining the campus's essential utilities and infrastructure integrity.
    The U.S. Department of Agriculture's Agricultural Research Service is initiating the North Campus Underground Utilities Repairs project at the National Centers for Animal Health in Ames, Iowa. This project involves detailed plans for the replacement and repair of various underground utilities, including 4-inch and 3-inch Campus Condensate pipes and chilled water lines connecting to multiple buildings. The scope includes the excavation and replacement of approximately 160 feet of 4-inch condensate pipe and a further 150 feet of 3-inch condensate pipe associated with Building 5. Key construction details, such as trench specifications, bracing for piping, and new concrete roadway specifications, are outlined. Emphasis is placed on efficient compaction techniques to safeguard underground piping and on following safety protocols during excavation. The document outlines multiple drawings portraying site details, piping elevations, and excavation views to guide construction efforts. The initiative is part of the government's commitment to maintaining and upgrading essential infrastructure for effective agricultural research operations.
    The document outlines specifications for condensate piping and buried factory-prefabricated preinsulated water piping systems, detailing materials, installation, testing, and quality control protocols. Key specifications include the use of seamless steel conforming to ASTM standards for condensate pipes, with strict guidelines on joint types and welding practices. The working pressure is established at 200 psig for steel piping at operating temperatures of 350°F. It mandates factory-applied insulation and waterproofing techniques, ensuring the systems meet pressures of 125 psig and relevant ASTM codes for material integrity. The document stresses the necessity of proper installation practices, including alignment, bedding, and backfilling procedures, to maintain the integrity of the piping systems during and after installation. Quality control measures involve rigorous testing, including hydrostatic pressure tests, to confirm system compliance. The context of this document aligns with government RFPs and grants to ensure projects adhere to safety, performance, and material standards, maintaining compliance with regulatory frameworks while ensuring reliable functionality in public infrastructure systems.
    The document seems to be an incoherent aggregation of text, likely due to file corruption or encoding issues, resulting in unreadable and fragmented content. It appears to span topics related to federal and state/local requests for proposals (RFPs) and grants, emphasizing procurement processes and guidelines surrounding government funding opportunities. Given the context of government documents, the primary purpose may have been to outline policies, eligibility requirements, and application procedures relevant to entities seeking financial support or contracts from government agencies. However, due to the lack of discernible information, a clearer summary is unattainable from this document. It is imperative to retrieve uncorrupted versions or alternative sources for precise analysis and contextual interpretation.
    The U.S. Department of Agriculture's Agricultural Research Service requires the submission of a Construction Progress and Payment Schedule via Form ARS-371. This documentation must be provided within 14 days following the Notice to Proceed, even if no partial payments are requested. Contractors need to detail their work breakdown in dollar amounts, specify the percentage of work completed, and outline project timelines including start and completion dates for each branch of work. The form demands completion of specific sections regarding contract details, project location, and contractor information. Following completion, contractors must sign the form for approval by the designated Contracting Officer, who will return an approved copy for the contractor's records. This procedure ensures transparent tracking and management of construction progress and payment, aligning with the protocols for federal RFPs and grants aimed at facilitating structured evaluation and accountability in government-funded projects.
    The document is a "Contractor's Request for Payment Transmittal," which serves as a formal request for payment from a contractor for work completed under a specified federal contract. It outlines essential information, including contract details such as the original amount, any change orders, adjusted contract prices, and the status of work completed and materials stored at the project site. The document structure includes sections for itemized values, the total payments requested, and the contractor’s certification of compliance with payment terms. Key points include the contractor's assurance that all due payments to subcontractors and suppliers have been made, the exclusions of amounts intended for withholding from subcontractors, and necessary endorsements for payment approval by designated representatives. This document is vital in the context of federal grants and RFPs, ensuring transparency and accountability in the financial aspects of government contracts.
    The ARS Facilities Design Standards Manual (ARS-242.1) outlines comprehensive design policies and criteria for construction projects within the Agricultural Research Service (ARS). The manual's primary purpose is to ensure buildings are functional, safe, and environmentally compliant, addressing essential aspects including compliance with federal, state, and local codes, the National Environmental Policy Act (NEPA), energy conservation, and accessibility for individuals with disabilities. Key sections include security design, facility layout, sustainability, and the use of metric systems, supporting efficient operation and safety. The manual emphasizes the importance of creating workplaces that maximize efficiency while considering occupant comfort, environmental harmony, and safety against potential disasters. It mandates adherence to national codes, and thorough environmental assessments for construction projects to mitigate adverse impacts. The document serves as an essential guide for project teams involved in ARS facility design and construction, ensuring all efforts align with legislative requirements and best practices. By establishing clear standards for design and construction, the ARS Facilities Design Standards Manual aids in fostering effective resource management and supports the long-term viability of federal facility operations while prioritizing community and environmental sustainability.
    The document outlines the terms and conditions of a Performance Bond, which is required for contractors engaged in federal contracts. The primary obligation of the Principal (the contractor) is to fulfill all contractual agreements and modifications during the life of the contract. The bond holds both the Principal and Surety(ies) accountable to the U.S. Government, ensuring payment in the event of non-performance by the contractor. The bond's penal sum is the maximum amount the Surety(ies) will pay, and it outlines compliance with tax obligations related to the contract. Specific instructions on completing the form, including requirements for Surety corporations and individual sureties, are provided. The document emphasizes the necessity for corporate seals and signatures to validate the bond. Overall, this standard form serves as a critical mechanism for guaranteeing contractor performance in government contracts and ensuring regulatory compliance.
    The document is a Standard Form 25A, which outlines the requirements for a payment bond required under federal law for contracts involving labor and materials. The form details necessary information such as the principal's name and address, the surety's information, the contract's penal sum, and the conditions under which the bond becomes void. It specifies that the bond serves to protect individuals supplying labor or material by ensuring payment for services rendered. Any changes to the contract noticed by the surety are waived. Completing the bond involves signatures from both the principal and corporate sureties, each of whom must meet specific criteria regarding corporate standing. The form also notes that individuals signing the bond must include evidence of their authority to act. This form is pivotal in federal RFPs and grants, aiding in compliance with the regulatory framework governing contractual obligations in public funding projects, thus reinforcing financial accountability in government contracts.
    The document outlines the solicitation for the North Campus Underground Utilities Repairs project in Ames, Iowa, issued by the USDA ARS. It is designated for 100% small business participation under the applicable NAICS code 238220. The project, estimated to cost between $100,000 and $250,000, requires contractors to start work within ten days of contract award and to complete it within 365 days. The solicitation mandates registration with the System for Award Management (SAM) and specifies requirements for submission of sealed bids. The contractor must furnish performance and payment bonds and complete detailed work management documentation, including safety protocols, employee qualifications, and handling of any service interruptions or utility outages. The document emphasizes compliance with various federal regulations, including OSHA and environmental standards, and mandates specific contract clauses related to labor standards, permits, and employee conduct. Key personnel and their qualifications must be disclosed, and any substitutions must follow strict protocols. Furthermore, it requires the use of biobased products, energy-efficient materials, and the absence of lead-based paints in compliance with federal environmental practices. Overall, the solicitation serves as a formal request for proposals (RFP) essential for standardizing the bidding process and ensuring contractor accountability while fulfilling government procurement standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    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.
    Z2NZ--CON-NRM 653-23-101 Repair-Replace Campus Sewer and Storm Drain Lines
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the project titled "Repair-Replace Campus Sewer and Storm Drain Lines" at the Roseburg VA Medical Center in Oregon. This project involves extensive general construction work, including the repair and replacement of existing sanitary sewer and storm drain systems, with a focus on maintaining continuous operations at the medical center while adhering to strict safety and environmental regulations. The estimated contract value ranges between $20 million and $50 million, with a performance period of 425 calendar days anticipated to begin after the notice to proceed is issued. Interested contractors should note that the solicitation is expected to be posted around mid-December 2025, and they can direct inquiries to Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341.
    PN: 636A8-24-003, Correct Lightning Protection and Grounding
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Project Number 636A8-24-003, titled "Correct Lightning Protection and Grounding," aimed at upgrading the lightning protection systems across various buildings at the Iowa City VA Health Care System. The project involves the removal of outdated lightning protection components and the installation of new systems compliant with Underwriters Laboratory (UL) standards, ensuring enhanced safety and reliability for the facility. With an estimated construction cost between $1,000,000 and $2,000,000, the contract requires adherence to federal regulations, including wage determinations and safety protocols, with proposals due by December 30, 2025, at 10:30 AM CT. Interested parties should direct inquiries to Contracting Officer Angie Frost at Angela.Frost2@va.gov or call 651-293-3070.
    CON ENG Bearlodge Shop Sewer Repair
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the Bearlodge Shop Sewer Repair project located in Sundance, Wyoming. This presolicitation notice indicates that the procurement will focus on the construction of sewage and waste facilities, aligning with the NAICS code 237110, which pertains to water and sewer line and related structures construction. The project is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. Interested parties can reach out to Jessica Lyn H. Rasmussen at JESSICA.RASMUSSEN@USDA.GOV for further details, with the solicitation expected to be posted following this notice.
    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.
    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.
    Z1DA--PN: 636A6-22-104, Replace Boiler Plant Brine Tank (DM) 2237: 636-26-2-9801-00013
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 23, is soliciting bids for the replacement of the Boiler Plant Brine Tank at the VA Central Iowa Health Care System in Des Moines, Iowa. This project, identified as PN: 636A6-22-104, involves the replacement of two existing brine generation tanks and one brine tank with a new poly tank system, requiring comprehensive construction services, including demolition, installation, and adherence to strict safety protocols due to the facility's continuous operation. The estimated contract value ranges between $1,000,000 and $2,000,000, with bids due by December 31, 2025, at 10:00 AM CT, and a formal site visit scheduled for December 8, 2025. Interested contractors should contact Contract Specialist Jocelyn J Swim at Jocelyn.Swim@va.gov for further details.