FY25 Concrete Project - National Animal Disease Center - Ames, Iowa
ID: 12505B25R0015Type: Solicitation
Overview

Buyer

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

NAICS

Structural Steel and Precast Concrete Contractors (238120)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

Set Aside

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

    The U.S. Department of Agriculture (USDA), through the Agricultural Research Service (ARS), is seeking proposals for the FY25 Concrete Project at the National Animal Disease Center located in Ames, Iowa. This project involves comprehensive concrete repairs and installations, including the construction of concrete pads for livestock facilities, sidewalks, and roadway improvements, with a focus on enhancing safety and functionality for animals, employees, and visitors. The total estimated construction cost ranges between $250,000 and $500,000, and the project is set aside for small businesses, with a performance period of 180 days following the Notice to Proceed. Interested contractors must submit their proposals by July 7, 2025, and are encouraged to contact Tiffany Reval at Tiffany.Reval@usda.gov or 580-318-0321 for further details and to register for site visits scheduled for June 10 and June 12, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA-NCAH is initiating a concrete repairs project on its Ames campus, emphasizing safety for animals, employees, and visitors. The project involves multiple phases, including repairing livestock corral areas, stairwell curbs, sidewalks, and a roadway for Building 7 access. Key requirements include removing and replacing concrete with a minimum thickness of 8 inches and installing #5 rebar reinforcements. Contractors are responsible for coordinating schedules, managing site access, and adhering to safety regulations throughout the construction process. Additionally, all materials must comply with various safety and building codes, and post-work, the contractor is responsible for site clean-up and restoration of disturbed areas. The project spans approximately 180 days from the Notice to Proceed, requiring detailed planning and collaboration with government representatives. Overall, this initiative reflects the USDA's commitment to maintaining a safe and functional environment on its campus while ensuring compliance with legal and safety standards.
    The document outlines plans for reconstructing basement lighting in Building 4, focusing on the removal and replacement of certain conduits and fixtures. It indicates that existing fixtures will be utilized in the reconstruction process. The details provided serve as a reference point for stakeholders involved in the renovation project. The drawing references are labeled with letters and numbers to organize the relevant information efficiently. This documentation is part of a broader scope of federal governmental project requests for proposals (RFPs), emphasizing the structured approach required for government contracts and grants concerning building renovations. The purpose of this document is to facilitate clear communication and ensure adherence to the project requirements for effective execution.
    The document outlines the specifications related to a construction drawing involving the installation and adjustment of a stainless telecoms box within Building 4's basement power infrastructure. It emphasizes the importance of making precise saw cuts to ensure the telecoms box remains securely in place. The drawing includes a numbered sheet denoting various structural and design elements that should be referenced during the installation process. The notes provided underline the necessity for careful planning and execution to avoid potential issues during construction. Overall, this file serves as guidance for contractors and project managers to maintain compliance with architectural standards in the context of government contracts and projects.
    The document outlines specifications related to the construction or modification of sidewalks in proximity to Building 21, focusing specifically on the required dimensions and alignment with existing infrastructure. It indicates that the sidewalk width should match the existing walkway, which is set at 20 feet. The reference to "Alt #2 Area 2" suggests that this is part of an alternative proposal or design option for the project, emphasizing the need for consistent integration with surrounding pedestrian areas. The directions provided are framed within a broader scope likely related to federal, state, or local requests for proposals (RFPs) or grants aimed at urban infrastructure improvements. Attention to detail in maintaining existing conditions while introducing new elements is critical, consistent with government standards for public works projects.
    The document outlines the specifications for a construction project involving the removal and reconstruction of a landing area into a roadway. It emphasizes a priority for project phases, instructing that the parking area and lay-down area should be constructed after a specified section is reconstructed first. Additionally, it references the need for the contractor to consult previously attached utility records to identify both above and underground obstructions before commencing any ground disruption. The document includes measurements related to the construction layout, aiming to provide guidelines for the effective execution of the project while ensuring safety and compliance with existing utilities. Overall, it serves as an essential directive within federal and local RFP frameworks, highlighting project logistics and the critical importance of prior site analysis before construction begins.
    The document outlines specifications related to the construction and installation of removable guardrail bases with receiver posts. It includes detailed measurements such as a height of 19'-4", width of 8'-0", and depth of 3'-6 1/2" for various designs of single and double flush mount guardrails. The content specifies examples labeled as "Example-1" and "Example-2," which likely illustrate different configurations or designs for the guardrails. This technical information serves critical purposes in designing, constructing, and maintaining safety features in infrastructure projects. The clarity and precision in detailing the dimensions and configurations suggest a focus on ensuring compliance with safety standards relevant to federal or local construction and infrastructure RFPs. Overall, the document emphasizes the importance of structural integrity and safety for guardrails in public spaces.
    The referenced document details infrastructure drawings and technical specifications related to a construction project, likely as part of a federal or state Request for Proposals (RFP) or grant application. The document outlines materials to be used, including various types of concrete, asphalt, and metal components, while providing a series of recorded elevation points associated with the project site. Additionally, it includes utility information, drainage requirements, and a pipe schedule indicating the sizes and materials required for storm drainage systems. General notes clarify construction standards, maintenance considerations, and reference drawing details. The primary purpose of the document is to guide contractors and engineers in executing the construction work accurately while adhering to specified standards and ensuring compliance with regulatory requirements. The structure facilitates easy interpretation through a listing of keynotes and technical notes, supporting effective project execution.
    The document outlines the Request for Proposals (RFP) for the FY25 Concrete Project at the National Animal Disease Center located in Ames, Iowa. The primary aim of the RFP is to solicit proposals from qualified contractors for concrete-related construction work at this federal facility. Although specific project details are not included in this excerpt, the focus reflects the government’s initiative to maintain and improve infrastructure critical for animal health services. This RFP plays a significant role in ensuring that the project aligns with federal standards and regulations, emphasizing the importance of quality in building materials and execution. Details about the selection process, eligibility criteria, and project expectations may be outlined in the complete document. Overall, this initiative represents the government's commitment to supporting essential infrastructure dedicated to animal disease management and research.
    The U.S. Department of Agriculture's Agricultural Research Service (USDA-ARS) has issued a Construction Progress and Payment Schedule, designated as Form ARS-371. This form is essential for contractors, requiring completion within 14 calendar days of receiving the Notice to Proceed. It needs to detail the overall project, specifying contract number, total amount, timeline, and contractor details. The schedule mandates a breakdown of work value, percentage completion, and projected start and end dates for each work branch, ensuring accurate tracking of progress and payment requests. Even if no partial payments are sought, submission of this form is obligatory, accompanied by payment requests when applicable. It underscores USDA's structured approach to managing construction projects, facilitating accountability and transparency in federal funding for agricultural initiatives.
    The document outlines a Contractor's Request for Payment Transmittal form, utilized in federal contracting processes, specifically under the USDA-ARS guidelines. It serves as a formal request for payment based on contract fulfillment, detailing the financial aspects of a construction project. Key components include the amount of the original contract, adjustments through change orders, and the total value of work completed along with materials stored on-site. The form lists necessary signatures for approval and requires the contractor to certify adherence to contract specifications and timely payment to subcontractors. It emphasizes that this request does not constitute final acceptance of subcontractor performance. Overall, this document ensures that progress payments are systematically recorded and validated, aligning with federal, state, and local procurement standards.
    The U.S. Department of Agriculture's ARS National Animal Disease Center has outlined technical specifications for concrete repairs for the fiscal year 2025. The document details essential submittal procedures, contractor responsibilities, quality control measures, product requirements, and execution guidelines. Contractors are mandated to deliver submittals in English, ensure compliance with ANSI drawings, and coordinate all submittals with corresponding contract documents. Quality requirements dictate adherence to specified standards, testing protocols, and the oversight of independent testing agencies. Key sections include stipulations for product selection, where single-manufacturer sourcing is preferred unless stated otherwise, and rigorous standards for concrete and reinforcing materials, along with detailed procedures for concrete delivery, storage, and installation. Final clean-up and protection of the completed work are emphasized, with mandates for record-keeping and warranty submissions. The document serves as a comprehensive guideline for contract execution, focusing on maintaining safety and quality standards necessary for government-funded construction projects, reflecting the regulatory and operational context of federal and state RFPs.
    The FY25 Concrete Repairs Addendum outlines a project at the USDA-NCAH Ames campus focused on revamping the sidewalk and loading dock approach around Building 21 to enhance animal welfare and safety for personnel and visitors. The contractor is required to demolish existing concrete and asphalt, replace it with an 8-inch thick concrete structure reinforced with rebar, and properly dispose of the debris. The contractor must conduct work with minimal disruption to normal operations and coordinate all activities with the USDA's Contracting Officer’s Representative (COR). Key requirements include maintaining existing utilities, protecting surrounding areas, and ensuring security protocols are followed during construction. The contractor is responsible for managing site access, adhering to safety standards, and keeping the worksite clean. Additionally, extensive regulations regarding construction materials, site usage, and interaction with USDA facilities are specified, reflecting compliance with federal and state safety codes. The project emphasizes proper documentation and accountability, requiring the contractor to submit records of deliveries and disposal while ensuring warranties cover all installed systems for a minimum of one year. This initiative reflects the USDA's commitment to maintaining facility integrity and operational safety.
    The document outlines an addendum for a construction project designated as Option 0004, focusing on the project location and including a site map. It primarily involves the handling of crushed material, which suggests that the project may entail site preparation or material recycling processes. The document features directions indicating the cardinal points (East, West, North, South) relevant to the site. This addendum is likely part of a broader Request for Proposals (RFP) or federal grant related to environmental construction or site management, requiring precise mapping and planning to ensure adherence to regulatory standards and effective project execution. The concise nature of the document implies a specific focus on logistical and material management aspects, presenting essential information relevant to stakeholders involved in the proposal or construction phases.
    The document outlines a construction project focused on modifications at Bldg. 21, specifically involving sidewalk and dock improvements. Key tasks include the removal of an abandoned metal post and footings, filling post holes with base material, and replacing a section of concrete to match existing specifications. An ADA compliant ramp with a required slope of 1:12 will be installed, complemented by a detectable warning surface at the ramp's end. The completion of the concrete work will require coordination with the Contracting Officer's Representative (COR). Additionally, the USDA is designated to manage vehicle clearance in the project area, while cones and delineators must be provided by the contractor to ensure the section is safely blocked off during construction. The document presents a clear outline of essential steps and responsibilities involved, reflecting typical guidelines within government RFPs and projects that emphasize safety and compliance.
    The FY25 Concrete Project at the National Animal Disease Center in Ames, Iowa, addresses various requirements for concrete installation and removal. Key inquiries include the dimensions of concrete beneath feed bunks, the specifications for new landing/stoops to match the height of the new drive, and the design of removable fence panels, which should be multiple in length for easier management. The USDA is responsible for the relocation of concrete feed bunks. Additionally, there are posts and footings that must be removed entirely to prevent structural issues during freeze-thaw cycles, with replacements to be filled with concrete. The project outlines the necessity of installing stoops at pedestrian doors to minimize potential winter heaving. The document serves as a guideline for contractors, delineating responsibilities and design considerations critical for the success of the concrete work. Compliance with these specifications is essential to ensure project integrity and structural stability over time.
    The document outlines specifications for the construction of a new concrete curb and pad in the Existing Feed Bunk Area between Field Barns 215 and 216. The new curb will be 12 inches high and 6 inches deep, reinforced with #5 steel rods doweled into the existing concrete slab. It includes measures for spatial arrangement, with specific distances detailed between metal posts and curbs, contributing to effective feed bunk operations. The construction plan emphasizes structural integrity and adherence to existing conditions by utilizing dowels to connect the new installation to the existing slab. This document serves as a technical specification for contractors responding to a potential request for proposals (RFP) related to infrastructure enhancement in agricultural settings.
    The document outlines a project proposal for concrete repairs at the U.S. Department of Agriculture's National Centers for Animal Health in Ames, Iowa, tagged as FY25 Concrete Repairs. It includes essential project details such as drawing titles, project management contacts, and a comprehensive breakdown of construction areas, bid specifications, and references to alternative work areas. Major components of the project involve restoring walkways, basement lighting and power systems, and enhancing courtyard roads at specified building locations. The thorough site map and detailed drawings specify dimensions, materials, and installation guidelines to support contractors in executing the work according to federal standards. Furthermore, it emphasizes the need for adherence to underground utility records and safe construction practices to avoid disrupting existing infrastructure. The proposal serves as a formal request for proposals (RFP) for contractors, highlighting the USDA’s commitment to maintaining and improving its facilities while ensuring compliance with safety regulations and operational integrity.
    The document outlines the project specifications for FY25 Concrete Repairs at the National Centers for Animal Health, part of the U.S. Department of Agriculture. It includes critical details such as contact information for key personnel, project title, and specific drawings related to the repair tasks. The project encompasses various areas, including basements and sidewalks, and involves several alternatives for bid consideration, each targeting distinct site improvements. Reference drawings for electrical and lighting updates in specific areas are provided as supplementary material, indicating a structured approach to the project. This document serves as a formal invitation for contractors to bid on the specified concrete repair work, reflecting the government's ongoing commitment to maintain and upgrade its facilities, adhering to regulatory standards and operational needs.
    The document outlines a government project involving renovation and construction activities, emphasizing various site improvements and repairs. Key components include the installation of crushed material for stair landings, curbs, guardrails, and sidewalks leading to a basement. Additional work involves road repairs and the development of a barn, loafing area, and feed bunks. A sidewalk is also planned to connect from the driveway to the entry door of a connector. The reference to bid alternatives (Alt-1, Alt-2, Alt-3) suggests options for various aspects of the project, likely aiming to optimize costs or design approaches. This document serves as part of a Request for Proposals (RFP) for potential contractors, focusing on site development and amenity enhancements that align with local government infrastructure needs. The overall objective is to improve accessibility and the functionality of the site while adhering to proper construction protocols.
    The document outlines details pertaining to construction drawings for two structures, Field Barns 215 and 216. It indicates that the total area of Field Barn 215 is equal to that of Field Barn 216, suggesting that both buildings may share similar dimensions or functionalities. The referenced drawings are part of a larger project, possibly in response to a federal, state, or local Request for Proposals (RFP) or grant initiative. The summary notes that the data appears to be part of a base bid which is likely focused on Area 1, indicating a phased approach to the overall construction or renovation project. The document's structure suggests an emphasis on precise measurements and location context, which are critical for contractors and architects in adherence to proposed plans. Understanding these specifications is essential for compliance with regulatory requirements within government-funded projects.
    The provided document outlines the specifications for a concrete sidewalk and driveway installation project, detailing measurements and design elements. The specified area for the project is 454.11 square feet, with a volume of 302.74 cubic feet and a depth of 8 inches. Additionally, it includes curb sections and references two buildings nearby, where the exact boundaries are to be determined during a site visit. This document appears to be part of a Request for Proposals (RFP) aimed at soliciting bids for construction work, emphasizing the importance of precise measurements and site evaluations for compliance and project execution. The document is organized with clear headings and diagrams, indicating its practical utility in outlining project requirements for potential contractors.
    The document pertains to the reconstruction of lighting fixtures within Building 3's basement. It outlines the requirement to remove existing conduits and fixtures to facilitate reconstruction, emphasizing that the replacements should match the previous installations. This document serves a reference purpose within the broader context of government-related projects, specifically concerning Requests for Proposals (RFPs) and grants that might involve facility upgrades and maintenance. By detailing the structural changes required, it provides foundational information for contractors assessing the project's scope, compliance with safety standards, and previous equipment specifications. The simplicity of the document indicates a straightforward approach to a specific construction task within a federal or local government context.
    The document appears to be an excerpt from a set of construction drawings related to government-funded projects, specifically addressing details for a project involving a telecommunications box. Its purpose is likely to provide specific instructions and adjustments necessary for maintaining placement during construction, with a focus on preventing disturbances to existing structures. The mention of stainless telecoms box and adjustments to saw cuts indicates a need for precision in adhering to specifications. This document reflects important considerations for construction practices under federal guidelines, ensuring the adherence to quality standards in the maintenance and installation processes, consistent with the compliance expected in federal and state/local RFPs and grants.
    The document pertains to Solicitation 12505B25R0015, detailing the FY25 Concrete Project for the National Animal Disease Center in Ames, Iowa. It outlines necessary construction work involving concrete repairs, installations, safety guardrail replacements, and improvements across several areas of the USDA campus. Key aspects include modified contract terms, project scope, and specific construction timelines tied to the issuance of a Notice to Proceed. Site visits are required beforehand, with deadlines for inquiries and bid submissions specified. The document emphasizes compliance with federal guidelines, including the use of biobased products, adherence to safety regulations, and coordination with other contractors on site. Finally, it incorporates various clauses to ensure contractors meet established performance standards and reporting requirements related to materials and methods used, in line with federal procurement regulations. This project reflects the government's commitment to enhancing infrastructure while ensuring safety and operational efficiency on federal property.
    The document pertains to a modification (Amendment 2) of a government solicitation, specifically referenced as solicitation number 12505B25R0015. The primary purpose of this amendment is to update details associated with a contract, particularly concerning changes to a line item related to the construction of concrete pads for a livestock facility. The amendment includes the addition of two new attachments: the RFI Submittal Form - Answers and Addendum 02. Importantly, it specifies the necessary procedures for contractors to acknowledge receipt of the amendment to ensure their offers are considered valid. The amendment reiterates that all other terms and conditions of the original contract remain unchanged, maintaining legal and operational continuity. The document is structured with distinct sections detailing the amendment's authorization, description, and requirements for acknowledgment from contractors, serving as a formal communication in the government procurement process.
    The document presents a solicitation for a federal construction project led by the USDA ARS MWA concerning concrete repairs and safety installations at the National Animal Disease Center in Ames, Iowa. The contractor is responsible for comprehensive labor, materials, and supervision to complete various outlined tasks within specified timeframes after a notice to proceed. The project involves multiple line items, including a concrete pad and specific repairs, each with unique delivery schedules. Key requirements include obtaining permits, adhering to safety and environmental regulations, and ensuring that personnel are qualified as per OSHA standards. The contractor must also report on the usage of biobased products in compliance with USDA guidelines and must follow a strict process for utility outages and service interruptions. The solicitation outlines expectations for project management, contractor performance evaluations, insurance requirements, and compliance with the Buy American Act regarding construction materials. The document serves as a formal request for proposals, detailing contractual provisions, evaluation factors, and guidelines for submission, emphasizing the Government's commitment to sustainability and safety in public construction projects.
    Similar Opportunities
    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.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.
    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.
    FSR 535/536 Recondition & Resurfacing - Coconino NF
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconditioning and resurfacing of approximately 4.00 miles of FSR 535 and the replacement of six culverts on FSR 535 and FSR 536 in the Coconino National Forest near Flagstaff, Arizona. The project aims to enhance road safety and accessibility, which is crucial for forest management and public use. The estimated contract value ranges from $250,000 to $500,000, with proposals due by January 9, 2026, at 15:30 local time. Interested bidders can reach out to Blaine Greenwalt at blaine.greenwalt@usda.gov for further inquiries.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.