Demolition of Programmatic Agreement Phase I Buildings at BARC in Beltsville, MD
ID: 12305B24R0037Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS NEA AAO ACQ/PER PROPBELTSVILLE, MD, 20705, USA

NAICS

Site Preparation Contractors (238910)

PSC

SALVAGE- DEMOLITION OF BUILDINGS (P400)

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 seeking contractors for the demolition of 14 buildings at the Beltsville Agricultural Research Center (BARC) in Beltsville, Maryland. The project involves the demolition of five buildings as the base scope, with options for demolishing an additional nine buildings and processing hazardous materials, including asbestos and lead, while restoring the sites to their natural state. This procurement is critical for maintaining environmental safety and compliance with federal regulations, particularly concerning hazardous material management and historical preservation. Interested contractors must submit proposals by 5:00 PM ET on September 16, 2024, and can direct inquiries to Janie Roney at janie.roney@usda.gov. The estimated contract value is between $1,000,000 and $5,000,000, with a performance period of 180 days for the base contract and potential extensions for optional tasks.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation regarding the demolition of Phase I Buildings at the Beltsville Agricultural Research Center (BARC) in Maryland, specifically contract number 12305B24R0037. The primary purpose is to extend the deadline for proposal submissions from September 9, 2024, to September 16, 2024, allowing contractors more time to respond to a Request for Information (RFI) concerning the project. The amendment confirms that responses to the RFI will be included in a subsequent amendment (Amendment 0002). The contract's performance period spans from September 27, 2024, to March 26, 2025. Contractors are required to acknowledge receipt of this amendment through specified methods to ensure their offers are considered valid, emphasizing compliance with the procurement process guidelines. Overall, the document highlights the government's procedural integrity in managing contract modifications and timelines while facilitating the bidding process to foster contractor participation.
    The document pertains to Amendment 0002 of solicitation number 12305B24R0037, focused on the demolition of Phase I Buildings at the Beltsville Agricultural Research Center (BARC) in Maryland. Key objectives of the amendment include the addition of new attachments related to utility locations and wage determinations, updates to proposal evaluation criteria, and responses to 69 received requests for information (RFIs). The amendment outlines necessary actions for contractors, such as acknowledging receipt of the amendment and following specific proposal submission instructions. The document emphasizes the evaluation factors for proposals, including technical approach, past performance, key personnel experience, project scheduling, and sustainable product usage. Significant attention is given to compliance with wage determinations and MDE permitting requirements, especially concerning asbestos and lead remediation. The period of performance for the project is defined, with a base duration of 180 days and extensions for optional tasks. Overall, the document facilitates the submission process, clarifies expectations for all parties, and ensures that contractors are informed about the requirements and stipulations associated with the demolition project. This amendment is a crucial component of managing federal grant projects requiring meticulous adherence to regulations, environmental safety, and contractor qualifications.
    The US Department of Agriculture's goal is to demolish 14 historic buildings at the Beltsville Agricultural Research Center (BARC) in Maryland while adhering to federal guidelines for historic preservation and environmental safety. The main procurement objective revolves around the demolition and site restoration of these buildings, which include greenhouses, storage houses, and laboratories. The selected contractor will be responsible for providing labor, materials, and equipment for the entire demolition process, including the removal of hazardous materials like asbestos and lead. They must also ensure sediment and erosion control, protect existing trees and drainage systems, and provide temporary facilities. The contract is divided into a base scope, covering five buildings, and an optional scope for the remaining nine structures. Pricing is to be submitted accordingly. The project has a detailed schedule, with specific tasks and timelines, requiring close coordination with the government representative. Key dates include a five-day submission window for the project plan after contract award and weekly status report deadlines. The contractor will also guarantee their work for a year, providing a warranty against any issues arising from their workmanship.
    The primary objective of this procurement is to demolish the Phase I of the BARC PA building, encompassing various related tasks. The government agency seeks a contractor to manage the safe demolition and disposal of hazardous materials, including asbestos remediation. The scope involves coordinating the project schedule, submitting extensive documentation, and adhering to strict safety and environmental regulations. Key requirements include the submission of detailed plans for fire safety, waste management, and the disposal and retention of materials. Contractors will also be responsible for transporting and managing hazardous waste, with strict record-keeping and response protocols in the event of spills. To qualify, bidders must provide comprehensive insurance certificates, surety bonds, and detailed subcontractor and product lists. Evaluation criteria weigh heavily on the contractor's ability to adhere to stringent safety and environmental standards, with particular focus on hazardous material management. The agency emphasizes the importance of timely submissions, with multiple deadlines outlined for various stages of the procurement process.
    The procurement objective of this RFP is to obtain labor services in accordance with the Service Contract Act. The Act requires contractors to adhere to specified minimum wage rates and fringe benefits for workers engaged in various occupations. The wage rates, listed in detail within the file, range from around $14.00 to $56.00 per hour, depending on the occupation and skill level. The extensive list of occupations covers a wide range of fields, including administrative support, automotive services, food preparation, health, information technology, and personal needs. The services sought involve a diverse set of skills and responsibilities, with correspondingly varied wage determinations. For instance, the rate for a data entry operator starts at $18.16 per hour, while a registered nurse III would command a rate of $38.95 per hour. Contractors must also provide employees with benefits, including health and welfare coverage, paid vacation, and paid holidays. The number of paid holidays varies based on the employee's length of service, and contractors must adhere to the specified minimum wages for these occupations. Additionally, employees are entitled to paid sick leave as outlined in Executive Order 13706. The RFP outlines a complex set of requirements and expectations for potential vendors, who will need to carefully review and conform to the detailed occupation classifications and corresponding wage rates. Vendors should also be prepared to demonstrate their ability to fulfill the specific job duties and responsibilities outlined in the Service Contract Act Directory of Occupations. No specific contract details or key dates are provided in the file, and the focus is solely on the detailed occupation-specific procurement requirements. Interested vendors would need to review this comprehensive wage determination and associated regulations to submit a compliant proposal.
    The document outlines the utility locations and infrastructure details for the demolition of 14 Programmatic Agreement Phase I buildings at the Beltsville Agricultural Research Center (BARC) in Maryland. It provides a series of maps detailing the utility systems present in various buildings, including Building 009, 018, 038 to 041, 050, 085A, 166A, 541C, 1052, 1073, and 1100. Each map specifies the types of utilities, such as electric, gas, sanitary, and storm drainage, along with their respective locations and measurements. The evaluation aims to ensure a comprehensive understanding of existing utility layouts to facilitate demolition efforts and minimize disruptions during the process. The document, authored by George Meyers and supported by aerial imagery and GIS data, serves a critical role in planning the safe demolition and management of utilities associated with these buildings, thereby aligning with required federal guidelines and local regulations. Proper assessment and mapping of these utilities help mitigate risks related to utility interruptions and ensure compliance with environmental standards during the demolition phase.
    The document outlines wage determinations applicable to highway construction projects in Prince George's County, Maryland, for the year 2024, under the Davis-Bacon Act. Key wage rates for various labor classifications, including carpenters, electricians, and heavy equipment operators, are specified, with minimum wages increasing to $17.20 per hour for new contracts awarded or extended after January 30, 2022. The document highlights the importance of compliance with Executive Orders 14026 and 13658 regarding wage rates and paid sick leave for federal contracts. It details accompanying fringe benefits, such as paid holidays and vacations, and stresses the necessity of submitting conformance requests for unlisted job classifications. Additionally, it describes the process for appealing wage determinations, ensuring transparency and accountability in adhering to labor standards. This determination serves as a guide for contractors and subcontractors engaged in federally funded construction projects, emphasizing worker protection and fair compensation.
    The procurement objective of this RFP is to contract demolition services for Phase I buildings in Beltsville, Maryland, with a focus on safety and compliance. The government seeks a comprehensive demolition plan that aligns with stringent safety regulations, including OSHA and NFPA standards. The project involves the removal of existing structures while adhering to strict guidelines for waste management, recycling, and the protection of government property. Contractors will be required to submit detailed plans for managing the project, including safety protocols, waste diversion strategies, and procedures for minimizing disruptions to ongoing operations in adjacent areas. The scope includes site preparation, utility management, fire safety measures, and the proper disposal of hazardous materials. Key dates include a submission deadline of July 17, 2024, and the project's completion timeline. The estimated value of the contract is not mentioned in the files. Evaluation criteria will likely emphasize the contractor's ability to meet safety standards, adhere to waste management goals, and efficiently coordinate the complex logistics of the demolition process.
    The government seeks detailed location maps for buildings earmarked for demolition as part of Phase I of a project at the BARC site in Beltsville, Maryland. Each map precisely identifies multiple buildings, specifying their locations with detailed measurements. The focus is on practical information for the demolition process, including building numbers and exact spatial relationships, drawn from various GIS sources. These maps will serve as essential tools for the upcoming demolition phase, enabling efficient planning and execution.
    The focus of this file is on ensuring compliance with the Asbestos National Emission Standards for Hazardous Air Pollutants (NESHAP) within federal facilities. The Environmental Protection Agency (EPA) aims to remind these facilities of their obligations under the Clean Air Act (CAA). The procurement objective relates to the requirement for federal facilities to adhere to asbestos management regulations. This involves inspecting and managing asbestos-containing materials during demolition or renovation activities. Federal facilities must follow notification protocols and ensure emissions control measures are in place. The EPA seeks to minimize asbestos fiber releases, thus protecting the public from potential health risks. These regulations apply to various federal entities, including military installations, ships, and buildings owned by the General Services Administration. Federal facilities must comply with thorough inspection protocols prior to any demolition or renovation, determining the presence and quantity of asbestos. Depending on the findings, different compliance obligations kick in, focusing on safe removal and disposal methods. The file emphasizes the importance of adhering to these standards, with potential enforcement actions for noncompliance. Key dates are outlined for facility owners or operators to ensure compliance, and the document also provides resources for further clarification.
    The U.S. Department of Agriculture's Agricultural Research Service (USDA ARS) seeks to demolish Building 009 at the Beltsville Agricultural Research Center (BARC) and requires a hazardous materials survey to facilitate the process. The primary procurement objective is to engage a qualified contractor to conduct an extensive survey for identifying asbestos-containing materials (ACM), lead-containing materials (LCM), and other potential hazards within the building. The scope of work involves a comprehensive assessment to pinpoint the locations and quantities of these hazardous materials. The contractor is expected to prepare a detailed report on a room-by-room basis, outlining the findings and providing sample locations. The survey must adhere to federal and state regulations, including NESHAP and AHERA protocols. Key dates include a submission deadline of November 28, 2016, with the contract expected to commence shortly afterward. The contract type and value are not explicitly mentioned but are likely related to the procurement's nature. The evaluation criteria will likely emphasize the contractor's ability to conduct a thorough and compliant hazardous materials survey, with relevant experience and qualifications being crucial.
    The procurement objective is to renovate and improve the electrical infrastructure within a government building, specifically Building 1050. The focus is on upgrading electrical panels, drawing attention to a specific point labeled 'A.' The scope involves installing a new squad panel at this point, removing abandoned conduits, and addressing electrical feed for an air handler. This work requires professional contractor services. The drawing emphasizes electrical specifications, including a 1/2 PVC bucket and a 200 Amp non-fuse disconnecter, providing a detailed overview for potential vendors. The drawing also notes the involvement of multiple government departments, indicating a coordinated effort. Contract details and timelines are absent, but the invitation to bid implies a forthcoming submission deadline. Evaluation criteria for proposal selection are not explicitly mentioned.
    The procurement objectives outlined in these detailed drawings and descriptions encompass extensive construction and renovation requirements for a government facility belonging to the U.S. Department of Agriculture's Agricultural Research Service. The primary focus is on constructing a headhouse and greenhouse complex, featuring a basement, first floor, and roof framing plan. The drawings provide detailed dimensions and specifications for various components, including footings, walls, floors, and stairs. The contractor will be responsible for managing structural changes, such as modifying walls, installing footings and columns, and constructing new concrete retaining walls and ramps. Additionally, the scope includes electrical work, with several electrical panel boards and conduit systems required throughout the building. The drawings also specify a range of materials, from concrete and steel to wood and insulation, along with corresponding installation details. Contractors will need to adhere to strict technical specifications, ensuring compliance with bearing capacities, concrete classes, and reinforcing steel standards. Live load requirements, control joint placements, and temperature reinforcement guidelines are also outlined. The extensive drawings and details provide a comprehensive understanding of the work scope, enabling contractors to plan and execute the construction effectively. The contract type and value are not explicitly mentioned, but these details are crucial for prospective bidders to consider. Key dates for submission deadlines or project milestones are also absent; however, the drawings' timestamps indicate a multi-week or month-long project duration. Overall, this file offers a thorough overview of the construction and renovation objectives, enabling contractors to submit informed proposals for this significant government project.
    The procurement objective of this project involves the construction and installation of various doors and windows for a government building, specifically the Agricultural Research Center in Beltsville, Maryland. The focus is on acquiring wooden doors, including two-panel and top-glazed varieties, along with screen doors for all exterior openings. The window procurement primarily consists of glazed windows, with obscure glass in toilet areas. The project aims to replace old doors and windows, improving the facility's aesthetic and functional integrity. Turning to the specifications, the wood doors have specific size requirements, while the two-panel wood doors must be 19/4 inches thick and glazed with wire mesh. The exterior screen doors are to be furnished for added protection. As for the windows, the schedule outlines the required quantities and the corresponding unit numbers. Glazed windows dominate, except for obscure glass in toilet rooms. Fenestration seems to be a key consideration, with references to projected windows and detailed elevation drawings. In terms of the scope of work, it entails the fabrication, delivery, and installation of the specified doors and windows. This includes ensuring proper fittings, hardware, and compliance with the detailed measurements and elevations outlined in the plans. The project appears to be a renovation, requiring the replacement of existing fixtures. Therefore, the scope likely involves removing the old doors and windows and preparing the openings for the new installations. I couldn't find any specific contract details or evaluation criteria within the provided file extracts. However, the project seems to be a reasonably comprehensive endeavor, indicating a moderate to a high budget. The presence of detailed plans, elevations, and sections suggests a sophisticated procurement process. Vendor selection may be based on their ability to follow these precise requirements and deliver a high-quality finish. Regarding key dates, the file mentions a submission deadline of January 4, 1950, which has presumably long passed. It also indicates that the drawing was checked in December 1949, suggesting a quick turnaround for proposal submissions. The project itself seems to have been undertaken in a timely manner, with approval dates in early 1950.
    The procurement objective of this project involves extensive modifications and additions to Building 113B, encompassing architectural, mechanical, electrical, and laboratory equipment aspects. The architectural scope includes constructing an addition matching the existing structure's height, installing doors, windows, and culverts, and finishing interior walls and ceilings. Mechanical systems require upgrades, including a new boiler, heaters, air conditioners, and ventilation units. The electrical work entails relocating existing electrical systems, installing new panels and lighting fixtures, and adding outlets and switches. Furthermore, the procurement seeks laboratory equipment, such as metal wall cabinets, counters, and sinks for various rooms. Key dates include a submission deadline of April 28, 1969, with the project targeted for completion by June 1970. The estimated contract value is not explicitly mentioned. However, the extensive nature of the architectural, mechanical, and electrical work suggests a significant budget. Evaluation criteria focus on the quality of submitted plans, cost-effectiveness, and contractor qualifications.
    The government seeks a contractor to demolish and remove hazardous materials from multiple buildings at the Beltsville Agricultural Research Center (BARC) in Maryland, as part of a larger project. The base scope covers the demolition of five buildings and associated site work, with options for demolishing nine additional buildings and processing hazardous materials. Contractors must provide all necessary labor, equipment, and materials for the project. Key requirements include adhering to OSHA standards, employing experienced personnel, and managing work schedules to minimize interference with other contractors on-site. The contract is expected to run for up to 365 days. Offerors are requested to provide pricing for the base and optional items. Critical dates include a solicitation deadline of September 9, 2024, with a desired project commencement date of September 27, 2024. The procurement process will evaluate offers based on factors like relevance, past performance, and price.
    Similar Opportunities
    IDIQ for Abatement & Remediation Services
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.
    Medical Services, Management, and Review IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for a Medical Services, Management, and Review Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement aims to provide comprehensive occupational health services, including medical surveillance, case reviews, and management of qualified medical providers for employees at the Beltsville, Maryland location. The services are critical for ensuring the health and safety of personnel exposed to various occupational hazards, aligning with federal health regulations and best practices in biosafety. Interested small businesses must submit their quotations by September 11, 2024, at 2:00 PM EST, to Jennifer Peterson at jennifer.l.peterson@usda.gov, with a total small business set-aside and a firm-fixed price structure for the contract.
    Biowaste Removal
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors for the biowaste removal, transportation, treatment, and disposal of Biological/Infectious and Regulated Medical Waste from its Eastern Regional Research Center in Wyndmoor, Pennsylvania. The contractor will be responsible for ensuring compliance with DOT, EPA, and state regulations while providing necessary staffing, equipment, and materials for safe waste management, with weekly pickups and provisions for additional pickups during high-volume periods. This procurement is critical for maintaining environmental safety and compliance at the facility, with a contract period starting October 1, 2024, and extending for six months, with options for additional years up to March 2029. Interested parties must submit their quotations by September 23, 2024, to Elizabeth Wilson at elizabeth.wilson2@usda.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    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.
    Solicitation for Trailer Demolition in Webb County, Texas
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for the demolition and removal of a camp trailer located at Briscoe Apache Ranch in Webb County, Texas. The project aims to support the Cattle Fever Tick Eradication Program (CFTEP) by safely dismantling the trailer and associated infrastructure, which includes multiple tanks and a radio repeater shed, while adhering to environmental regulations and federal labor standards. This procurement is exclusively open to small businesses under NAICS code 238910, with a contract value estimated between $25,000 and $100,000, and requires submissions by September 17, 2024. Interested contractors should direct inquiries to Amanda Imlach at amanda.imlach@usda.gov and ensure participation in a mandatory site visit scheduled for September 11, 2024.
    Lab renovation, Dorado, Puerto Rico
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Animal and Plant Health Inspection Service (APHIS), is soliciting bids for the renovation of Building 3 at the Puerto Rico Department of Agriculture complex in Dorado, Puerto Rico. The project involves extensive renovations to an 8,000 GSF facility, focusing on upgrading laboratory and administrative spaces while ensuring continuous operations during construction. This initiative is crucial for enhancing the operational capabilities of agricultural research facilities, with a contract value estimated between $5 million and $10 million. Interested small business contractors must submit proposals by the specified deadline following a mandatory pre-proposal conference on September 19, 2024, and can contact Jim Roloff at james.g.roloff@usda.gov for further details.
    Y--Jerseydale Work Center Barracks
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals from certified 8(a) firms for the construction of the Jerseydale Work Center Barracks in California. This project aims to rebuild and expand facilities at the Batterson and Jerseydale Work Centers, which were damaged by the 2020 Creek Fire, and includes the construction of two 6-person barracks and multiple prefabricated metal buildings. The initiative emphasizes sustainability, compliance with federal and state regulations, and the integration of renewable energy standards, with an estimated construction cost between $5 million and $10 million. Interested contractors must submit their proposals by July 26, 2025, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or by phone at 402-657-3092.
    P--Demolition, Removal and Disposal, Point Reyes NS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses for the demolition, removal, and disposal of the Truttman Barn and Serioty Cabin located at Point Reyes National Seashore in Marin County, California. The project requires contractors to provide all necessary supervision, labor, equipment, and supplies to safely dismantle and dispose of the structures, including addressing any hazardous materials such as asbestos and lead paint, while ensuring compliance with environmental regulations. This procurement is a Total Small Business Set-Aside, with a firm-fixed-price purchase order anticipated to be awarded based on the most advantageous quotation, considering price and other factors. Quotations must be submitted via email by September 16, 2024, and interested parties can direct inquiries to Brenda Lewis at BrendaLewis@nps.gov or by phone at 206-220-4018.
    Air Filters and Delivery to BARC Facilities
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for the procurement of air filters to be delivered to the Beltsville Agricultural Research Center (BARC) in Maryland. The requirement includes MERV 10 pleated air filters, which are essential for maintaining the efficiency of the HVAC systems across multiple buildings on the BARC campus, with deliveries scheduled quarterly. This procurement is critical for ensuring air quality and operational standards at the research facilities. Interested contractors must submit their quotes electronically by 2:00 PM Central Time on September 17, 2024, and should direct inquiries to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
    Greenhouse Construction, Blueberry and Cranberry Research Station, Chatsworth, New Jersey
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is soliciting proposals for the construction of a new greenhouse at the Blueberry and Cranberry Research Center in Chatsworth, New Jersey. The project involves the installation of a Prospiant Windjammer 6000 greenhouse model, along with site improvements and utility installations, aimed at enhancing agricultural research capabilities in blueberry and cranberry development. This initiative is crucial for modernizing research infrastructure while adhering to safety and environmental standards, with a contract value estimated between $1 million and $5 million. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by the specified deadline, with a performance period of 180 days post-award. For further inquiries, contact Janie Roney at janie.roney@usda.gov.