Pendleton Building Repairs Project A (Pendleton, OR)
ID: 12905B25R0003Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 7:00 PM UTC
Description

The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the Pendleton Building Repairs Project A, located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project involves extensive renovations to multiple buildings constructed between 1970 and 1986, focusing on replacing outdated mechanical and electrical systems, modernizing architectural features, and addressing hazardous materials. This initiative is crucial for enhancing the operational efficiency and safety of the research facilities, with a contract value estimated between $500,000 and $1,000,000. Interested contractors must submit their proposals by 12:00 PM PST on May 13, 2025, and can direct inquiries to Spencer Hamilton at spencer.hamilton@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 25, 2025, 3:05 AM UTC
The USDA Agricultural Research Service (ARS) seeks proposals for construction and repair work at the Columbia Plateau Conservation Research Center in Adams, OR. The project aims to upgrade mechanical and electrical systems in buildings constructed from 1970 to 1986, with performance expected to start within 10 days of the award and completed within 270 days. Contractors must provide all labor, materials, and supervision while adhering to specifications and applicable regulations, including the usage of biobased materials as outlined by the USDA. The estimated budget for the project is between $500,000 and $1,000,000, with proposals due by April 29, 2025. The document details requirements related to bid guarantees, bonding, compliance with OSHA standards, and the management of any service interruptions during the project. Additionally, the solicitation emphasizes strict adherence to contract conditions, including proper invoicing, periodic reporting of biobased product use, and ensuring employee conduct aligns with federal regulations. This request for proposals reflects the government's commitment to efficient project management and environmental sustainability in federal construction projects.
Apr 25, 2025, 3:05 AM UTC
The document outlines a Contract Line-Item Breakdown Form for various contract line-item numbers (CLINs), specifying the base bid and multiple alternates for a construction project. Each CLIN is organized into divisions corresponding to different construction trades, including General Requirements, Concrete, HVAC, and more, indicating detailed cost estimates are to be filled in for each category. The document includes CLINs numbered 0001 (Base Bid), 1001 (Alternate 09), 2001 (Alternate 10), and 3001 (Alternate 11) with total prices to be calculated for each. This structured approach enables the evaluation of construction costs across diverse elements of the project, which is essential for federal government requests for proposals (RFPs) and grants. The purpose of such a document is to ensure transparency in pricing and budget allocation, facilitating informed decision-making by government agencies involved in the procurement process.
Apr 25, 2025, 3:05 AM UTC
The Pendleton Building Repairs Project A focuses on upgrading structures at the USDA Columbia Plateau Conservation Research Center in Pendleton, Oregon. The initiative involves the modernization of several buildings, constructed between 1970 and 1986, by replacing obsolete mechanical and electrical systems and repairing architectural elements. The contract outlines management procedures, coordination of construction operations, and requirements for submittals, addressing project scheduling, quality assurance, and safety protocols. Key aspects include rigorous planning to ensure minimal disruptions to ongoing governmental operations, adherence to strict work-hour limitations, and maintenance of existing facilities throughout construction. The document also addresses safety requirements in alignment with federal and state regulations, stipulating the necessity for competent personnel on-site and the submission of monthly exposure reports to track safety and health metrics. The project highlights the government's commitment to enhancing its research facilities while ensuring compliance with oversight, safety, and quality regulations. These comprehensive protocols are pivotal in facilitating a smooth construction process, ultimately contributing to the advancement of research capabilities within the agency.
Apr 25, 2025, 3:05 AM UTC
The Pendleton Building Repairs Project A, managed by the USDA Agricultural Research Service, involves extensive renovations across multiple buildings constructed during 1970-1986 at the Columbia Plateau Conservation Research Center. The core objective is to replace aging mechanical and electrical systems, along with modernizing architectural features and abating hazardous materials. The scope includes a base bid focusing on boiler replacements and several alternates, such as modifying laboratory fixtures, air handling units, and overhead doors across buildings. The project emphasizes compliance with current regulations, ensuring newly installed equipment aligns with operational needs. Documented specifications outline demolition and installation tasks meticulously, requiring contractors to verify dimensions and site conditions. The comprehensive plan reflects the government's commitment to facility upgrades, health safety, and enhanced operational efficiency within the research center.
Apr 25, 2025, 3:05 AM UTC
This document details wage determinations for building construction projects in Umatilla County, Oregon, under the Davis-Bacon Act. It outlines applicable minimum wage rates for contractors working on federal projects. Specifically, contracts initiated on or after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $13.30 per hour, unless an updated wage determination is higher. The document lists specific prevailing wage rates for various construction trades, including rates for heat and frost insulators, bricklayers, electricians, and laborers. It also highlights regulations regarding paid sick leave for employees under Executive Order 13706, necessitating one hour of paid sick leave for every 30 hours worked, which must be provided for employee health and family care needs. Contractors must adhere to additional guidelines for worker protections and may submit requests for wage classifications that are not listed. Overall, this wage determination serves to ensure fair compensation in federally funded construction endeavors within the specified geographic area, reflecting labor agreements and prevailing economic conditions.
The document outlines the requirements for completing the Construction Progress and Payment Schedule, Form ARS-371, used by the U.S. Department of Agriculture's Agricultural Research Service (ARS). The form must be submitted within 14 calendar days following the Notice to Proceed, regardless of whether partial payments are requested. It requires detailed information including contract number, project amount, starting and completion dates, and contractor details. The form also necessitates a breakdown of the work value and percentage completed for various project branches. Additional sections are designated for change orders and amendments. It emphasizes the necessity for the contractor's signature and the contracting officer's approval to ensure proper documentation and processing for payment requests. Overall, the form serves as a crucial tool for tracking project progress and ensuring compliance with regulatory protocols in government-funded construction initiatives.
The document is a Contractor's Request for Payment Transmittal form utilized in federal contracting, specifically under USDA-ARS guidelines. It details the required information for contractors to submit requests for progress payments concerning their contracts. Key components include the original contract amount, adjusted contract prices due to change orders, and the total value of work completed along with materials stored on-site. The form mandates contractors to certify the accuracy of their requests, ensuring that all payments to subcontractors have been made and that there are no withheld amounts impacting the current request. Necessary signatures from authorized representatives and project managers are required to approve the payment. This structured approach supports transparency and accountability in public funding, ensuring compliance with federal regulations governing payment practices associated with government contracts.
Apr 25, 2025, 3:05 AM UTC
This government document serves as an amendment to a federal solicitation, defining the procedures for acknowledging receipt of the amendment and any subsequent changes to offers. Offers must be acknowledged by specified methods, such as completing forms or sending a letter, within the stated deadline. Failure to comply may result in rejection of the offer. The amendment includes administrative details such as the contract ID, modification number, and effective date, alongside instructions for submitting the acknowledgment. It also outlines changes to the solicitation's terms or contract modifications, indicating whether the receipt date has been extended. Further, it clarifies that while certain documentation does not require a contractor's signature, they must acknowledge modifications appropriately to reflect any changes made. Overall, this document emphasizes the importance of timely communication and compliance with specified processes in federal contracting, ensuring clarity in modifications for all parties involved.
Apr 25, 2025, 3:05 AM UTC
This government amendment outlines the necessary protocols for acknowledging receipt of changes to a solicitation or contract. Offerors must confirm their understanding of the amendment before the specified deadline, which is now extended to 12:00 PM PST on May 13, 2025. They may do this by various means, including completing specific items on the form or sending a separate communication referencing the amendment. The document also notifies that a Question & Answers document will be provided in a subsequent amendment. Although the contractor does not need to sign and return copies of the amendment, it is essential that any changes to submitted offers be communicated appropriately. Additionally, instructions detail specific items related to contract amendments or modifications, emphasizing the organization of content according to standard contract formats (UCF). Overall, the amendment serves to adjust timelines and ensure clarity in the proposal submission process, reflecting the government's commitment to transparency and adherence to procedural guidelines in RFP and contract modifications.
Apr 25, 2025, 3:05 AM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Pre-Solicitation Notice: Replace Propane Furnace for USDA ARS Pullman, WA
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the replacement of a propane furnace and coil with a high-efficiency model at its facility in Pullman, Washington. This project involves the removal of outdated heating systems in Buildings 105 and 143, including the installation of a ductless heat pump system and a thermostat that integrates controls for both systems, while ensuring compliance with federal, state, and local regulations. The estimated construction cost ranges between $25,000 and $100,000, and the contract will be a Firm Fixed Price Construction Contract, with the Request for Quotation (RFQ 12905B25Q00071) expected to be released around May 12, 2025. Interested contractors must monitor the SAM.gov website for updates and ensure they are registered in the System for Award Management to participate in this total small business set-aside opportunity.
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This remodel is crucial for enhancing research capabilities and ensuring compliance with USDA standards for scientific environments. Interested small businesses 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.
New Farm Storage Building (Kimberly, ID)
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the construction of a New Farm Storage Building at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project entails constructing a heated, insulated pre-engineered steel structure approximately 40 feet by 60 feet, with an optional 1,200 square foot lean-to addition, requiring all necessary labor, materials, and supervision to meet specified plans and standards. This initiative is part of the USDA's commitment to enhancing agricultural infrastructure, ensuring compliance with federal regulations, and promoting sustainable practices. Interested contractors must submit their proposals by May 5, 2025, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.
Metal Building (West Scale BLDG 67) Repairs and Restoration
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the repairs and restoration of the West Scale Building 67 located in El Reno, Oklahoma. The project involves significant exterior renovations, including the replacement of a corrugated metal roof, windows, doors, and lighting systems, with an estimated contract value between $100,000 and $250,000. This initiative is crucial for maintaining the facility's operational integrity and ensuring compliance with safety and environmental regulations. Interested small businesses must register for a mandatory site visit on April 30, 2025, and submit their registration by April 28, 2025, to the primary contacts Shane M. Pope and Troy Gibbens via email.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
12905B25SS1151272 – Sources Sought for USDA ARS PWA 102 A-G Greenhouse Reglazing Prosser WA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified sources for a project involving the removal and replacement of polyacrylic glazing on greenhouses 102 A-G located in Prosser, Washington. This Sources Sought notice aims to gather information on the availability and capabilities of small businesses, including those that are HUBZone, service-disabled veteran-owned, 8(a), veteran-owned, woman-owned, or small disadvantaged businesses, to support ongoing research at the USDA-ARS-PWA IAREC facility. Interested vendors are encouraged to submit capability statements detailing their qualifications, relevant past experiences, and size standards, with the understanding that this notice does not constitute a solicitation for proposals. Responses must be submitted to Theodore Blume at Theodore.Blume@usda.gov by the specified deadline, and no proprietary information should be included in the submissions.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Hut DxP NPL Stewardship IRSC -R6 Deschutes National Forest, Bend/Fort Rock Ranger District, OREGON
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Hut DxP NPL Stewardship Integrated Resource Service Contract (IRSC) in the Deschutes National Forest, located in Bend, Oregon. The primary objectives of this procurement include restoring forested areas to their historic conditions, enhancing native vegetation resilience, and reducing wildfire risks to adjacent private lands through various activities such as timber removal, road reconstruction, and environmental management. This project is significant for promoting sustainable forestry practices and ensuring ecological integrity while addressing community needs. Interested contractors should note that a pre-bid site visit is scheduled for May 6, 2024, and all work must be completed by November 30, 2032. For further inquiries, potential bidders can contact Ingrid Anderson at ingrid.anderson@usda.gov or Lindsey Dalton at lindsey.dalton@usda.gov.
Insulate Potato Storage Barn
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the insulation of a potato storage barn located in Chapman, Maine. The project aims to enhance the thermal performance of the facility, originally constructed in 1968, by reinsulating it and upgrading the aging HVAC systems to maintain optimal storage temperatures between 40°F and 45°F. This initiative is crucial for preserving agricultural resources and ensuring effective storage conditions for potatoes, reflecting the government's commitment to sustainable infrastructure. Interested small businesses must submit their proposals by the specified deadlines, with the project budget estimated between $100,000 and $250,000, and a performance period of 120 days post-award. For further details, potential bidders can contact Elizabeth Wilson at elizabeth.wilson2@usda.gov.
Direct Management Systems Building Automation Preventative Maintenance/Repair
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the Direct Management Systems Building Automation Preventative Maintenance and Repair at the Appalachian Fruit Research Station in Kearneysville, West Virginia. The contract, identified as solicitation number 12305B25Q0050, requires comprehensive preventative and emergency repair services for the Building Management Systems, with a performance period spanning from August 1, 2025, to July 31, 2030, including four optional extension years. This procurement is critical for maintaining operational integrity and enhancing agricultural research productivity, as the contractor must be an authorized representative of Schneider Electric, capable of servicing specific software and control systems. Interested parties must submit their quotations electronically by May 7, 2025, and direct any questions to Monte Jordan at monte.jordan@usda.gov by April 30, 2025.