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
    Description

    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for the Pendleton Building Repairs Project A located at the Columbia Plateau Conservation Research Center in Adams, Oregon. The project entails extensive renovations to buildings constructed between 1970 and 1986, focusing on replacing outdated mechanical and electrical systems, modernizing architectural features, and addressing hazardous materials.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 operational efficiency and ensuring compliance with current safety regulations within the research facility. Interested contractors should note that the proposal submission deadline has been extended to May 20, 2025, at 12:00 PM PST, with an estimated project budget between $500,000 and $1,000,000. For further inquiries, contact Spencer Hamilton at spencer.hamilton@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    The document outlines the mechanical demolition and installation project for the Pendleton Building Repairs, which includes crucial updates to various systems. It specifies the removal of existing mechanical equipment, particularly fume hoods, ductwork, and a boiler, while retaining certain systems such as existing pumps, tanks, and chimneys. Key contractor responsibilities include verifying existing conditions, safely removing non-retained equipment, coordinating system shutdowns, and performing airflow measurements pre- and post-construction. The scope of work features alternates for specific tasks, emphasizing careful adherence to manufacturer instructions for new installations. Safety during demolition, especially concerning hazardous materials like chemicals from fume hoods, is highlighted. The comprehensive nature of the project, along with its base and alternate bids, reflects a structured approach to restoring the buildings while ensuring compliance with health and safety regulations. Overall, the document serves as a critical guide for contractors participating in this government RFP, providing essential guidelines for mechanical system upgrades in the Pendleton facility.
    The Limited Hazardous Building Materials Inspection Report by Fulcrum Environmental Consulting, Inc. details findings from a hazardous materials inspection at the USDA ARS Pendleton Building Repairs in Adams, Oregon. Conducted on August 9-10, 2023, the inspection targeted four buildings, assessing the presence of asbestos, lead, lighting and electrical components, and polychlorinated biphenyls (PCBs). Laboratory analyses identified various asbestos-containing materials (ACMs) primarily in Buildings 1 and 11, necessitating abatement by licensed contractors before any renovations. Notable findings include significant quantities of lead in paint within Buildings 1, 2, and 11, with certain paints exceeding the lead threshold warranting special handling. The report emphasizes compliance with federal and state regulations, detailing specific methods for sampling and analysis. It underscores the importance of addressing hazardous materials to mitigate health risks and ensure regulatory adherence during modernization efforts. The need for continued evaluation of previously untested materials during demolition is also highlighted, reinforcing the necessity of ongoing safety oversight. This comprehensive report serves to inform stakeholders involved in the redevelopment process about the state of hazardous materials present and required actions to ensure safe construction practices.
    The Pendleton Building Repairs Project A in Pendleton, OR (RFP# 12905B25R0003) requires contractors to address various queries related to past performance criteria, bid guarantees, and project specifications. Key points include the acceptance of subcontractor past performance for evaluation and the necessity of a bid guarantee for proposals exceeding $150K. Alternatives in the project will be exercised at the time of award based on funding availability. The document also confirms requirements for existing equipment connections and labor conditions during construction. Further details relate to phasing for boiler and fume hood replacements to avoid service disruption, the handling of existing hazardous materials, and clarifications on project scope, including the exclusion of certain electrical installations. Pricing details must be submitted for each line item, and it emphasizes a comprehensive assessment of existing conditions, ensuring adherence to safety and regulatory measures. This solicitation reflects the government’s commitment to maintaining and upgrading facilities while managing environmental risks and construction logistics effectively. Overall, the document serves as guidance for contractors to prepare compliant proposals while addressing safety and operational concerns in the project execution.
    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.
    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.
    The document is an amendment to a solicitation for a federal contract, detailing the acknowledgment requirements for offers and modifications to existing submissions. Key points include the necessary responses to an amendment, methods for acknowledging receipt, and the importance of timing, as failure to comply may lead to rejection of offers. The amendment provides specific updates: it includes responses to questions submitted by potential contractors, revised drawings, and a hazardous materials inspection report. Notably, the deadline for proposal submission has been extended to May 20, 2025, at 12:00 PM PST. The format and instructions for further modifications are specified, emphasizing adherence to established procurement protocols. Overall, this amendment serves to clarify the solicitation process and ensure all bidders have the latest information necessary for their proposals, highlighting the significance of communication and compliance within federal contracting procedures.
    Similar Opportunities
    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.
    Camas Prairie Fence
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Camas Prairie Fence project located in Mount Hood National Forest, Oregon. The objective of this procurement is to replace an ineffective fence to exclude cattle and protect endangered frog species, involving tasks such as clearing land, removing existing fences, and constructing new four-strand barbed wire fences, with completion required by June 1, 2026. This project is crucial for the conservation of biological resources and the management of livestock grazing in sensitive areas. Interested vendors must submit their quotes by January 16, 2026, at 1600 Pacific Standard Time, using the updated solicitation document, and can direct technical inquiries to Eamonn Mazur or contact Darcy J Rapoza at darcy.rapoza@usda.gov for further information.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract related to the Oil Accountability Measures at The Dalles Dam in Oregon. The project aims to enhance the monitoring and accountability of approximately 400,000 gallons of oil at the dam, improving the detection of leaks and compliance with environmental policies as stipulated in a settlement agreement with Columbia Riverkeepers. This initiative is crucial for minimizing potential oil releases into the Columbia River and ensuring the operational integrity of the dam's equipment. Proposals are due by January 15, 2026, with a mandatory site visit scheduled for December 3, 2025. Interested contractors can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    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.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    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.
    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.
    OR FS DSHUT601 60(1), Road 60 Improvements, MP 0 - 1.0
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking bids for the OR FS DSHUT601 60(1) Road 60 Improvements project, located approximately 14 miles west of Gilchrist, Oregon. This project involves grinding, paving, and striping approximately 1.02 miles of roadway, with an estimated cost between $700,000 and $2,000,000, and a tentative completion date set for Summer 2026. The improvements are crucial for enhancing road safety and infrastructure in the area, and the contract will be awarded as a sealed bid, firm-fixed-price arrangement. Interested vendors should register on SAM.gov to receive notifications about the solicitation documents, which are expected to be released in early 2026, and can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further inquiries.
    Deschutes NF - West Bend Rock Road Closure
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified vendors for the West Bend Rock Road Closure project on the Deschutes National Forest, located in Bend, Oregon. The primary objective of this procurement is to decommission and close roads to improve wildlife habitat by reducing open road densities, which will enhance habitat quality and connectivity. This project involves road obliteration and entry management treatments, including subsoiling and constructing barriers to prevent vehicle access, and is set aside for total small business participation. Interested contractors must submit their price quotes and necessary certifications by January 7, 2026, at 4:30 PM PT to Andrea Pollock at andrea.pollock@usda.gov, with the contract expected to be awarded based solely on price, and work completion anticipated by December 1, 2026.