Hatchery Complex Electrical Distribution-Stoneville, MS
ID: 12405B25R0007Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS SEA AAO ACQ/PER PROPSTONEVILLE, MS, 38776, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF LABORATORIES AND CLINICS (Z2DB)

Set Aside

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

    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking proposals for a construction project aimed at refurbishing and upgrading the electrical distribution system at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires contractors to provide all necessary labor, equipment, and materials, adhering to specific federal regulations and safety standards. This initiative is crucial for enhancing the facility's operational capabilities while ensuring compliance with environmental and safety protocols. Interested contractors must submit their proposals, including a detailed cost breakdown, by February 13, 2025, and are advised to contact Huron W. Virden at huron.virden@usda.gov for further information.

    Point(s) of Contact
    Huron W. Virden
    huron.virden@usda.gov
    Files
    Title
    Posted
    Request for Proposal 12405B25R0007 outlines a project by the USDA Agricultural Research Service to upgrade the electrical distribution at the Jamie Whitten Delta States Research Center in Stoneville, MS. The proposal requires contractors to furnish all necessary labor, equipment, and materials under specific terms and conditions. It stresses the necessity of submitting a complete proposal by February 13, 2025, including a detailed cost breakdown and adherence to biobased product requirements in accordance with federal regulations. The project requires compliance with safety standards, contractor responsibility for inspections, and proper employee conduct. It includes clauses on contractor performance, payment schedules, and penalties for failing to meet requirements, underscoring the importance of managing work schedules efficiently. The goal is to enhance facility capabilities while maintaining safety and environmental standards, reflective of federal contracting procedures.
    The document's contents could not be accessed or read due to a technical issue with the PDF viewer. Without the proper text to analyze, a summary cannot be created as there are no available details to capture the essence of the government RFPs, federal grants, or state and local RFPs mentioned. To proceed, it's crucial to either resolve the technical problem and access the document or provide an alternative source of information that can be summarized effectively.
    The document is a Bid Bond form used in federal government contracts, confirming the Principal's commitment to execute a contract upon bid acceptance. It establishes the obligations of the Principal and Surety(ies) to compensate the government if the Principal fails to sign the contract or provide necessary bonds after bid acceptance. The amount of the bond is specified as a penal sum, which can be expressed as a percentage of the bid price with particular maximum limits. It outlines the conditions under which the bond becomes void, mainly focusing on the timely execution of contractual documents. Furthermore, corporate Sureties must be listed on the Treasury's approved list, while individual Sureties need to submit additional documentation to validate their financial capability. The form must be signed by authorized representatives, who are required to provide evidence of authority when not acting in their official capacity. This Bid Bond plays a critical role in government procurement, ensuring that bid requirements are met and safeguarding public interests in contract execution.
    The document outlines specifications for a construction project involving the electrical distribution addition at the Warmwater Aquaculture Research Unit in Stoneville, Mississippi. Prepared for the U.S. Department of Agriculture's Agricultural Research Service, the document includes details such as contract numbers, project location, and contractor information. It features a construction progress and payment schedule form (ARS-371), which requires the contractor to provide a breakdown of work, including the value and percentage of completion for each branch of work. The contractor is expected to submit this form within 14 days of receiving the Notice to Proceed, even if no partial payments are initially requested. Additionally, it includes a contractor's request for payment transmittal form (ARS-372) to facilitate payment for completed work and materials stored on-site, emphasizing the requirement for contractor certifications and approvals from relevant officials. Lastly, a material approval submittal cover sheet is also provided to ensure compliance with specifications for materials used in the project. This documentation is essential for managing financial and operational aspects of the construction venture, highlighting the structured processes involved in government contracting and project management.
    The document outlines a Past Performance Questionnaire to be completed by a contractor's commercial or government client, aimed at assessing the contractor's prior performance for federal contracting purposes. Key sections include contractor details, contract specifics, project description, and evaluation factors such as quality of services, personnel, subcontractor management, and business relations. Each area is rated on a scale from Unsatisfactory to Excellent based on criteria like compliance with contract requirements, financial controls, and timeliness of performance. Additionally, the questionnaire requests information about problems encountered during the project and whether the contractor would be selected for similar future work. Completed questionnaires are to be submitted to the contracting officer by a specified deadline. This document serves as part of the broader context of federal RFPs and grants, emphasizing the importance of demonstrated past performance in securing future contracts.
    Similar Opportunities
    New Farm Storage Building (Kimberly, ID)
    Buyer not available
    The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking proposals for the construction of a new Farm Storage Building at the Northwest Irrigation & Soils Research Laboratory in Kimberly, Idaho. The project involves constructing a heated, insulated pre-engineered steel structure measuring approximately 40' x 60', with options for a 20' x 60' lean-to addition, and requires all labor, materials, and supervision to be provided by the contractor. This initiative is part of the USDA's commitment to enhancing agricultural research facilities, ensuring compliance with safety and environmental regulations throughout the construction process. Interested contractors should note that the Request for Proposal (RFP) 12905B25R0005 is expected to be issued around March 26, 2025, with a project budget estimated between $500,000 and $1,000,000. For further inquiries, potential offerors can contact Spencer Hamilton at spencer.hamilton@usda.gov.
    USDA Dairy Forage Research Center (DFRC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin. The project aims to support the USDA Agricultural Research Service's mission by providing state-of-the-art facilities for dairy research, accommodating up to 452 lactating cows and 144 calves across 18 interconnected buildings, with an estimated budget between $25 million and $100 million. This initiative is crucial for advancing agricultural research and enhancing dairy production practices, reflecting the government's commitment to improving agricultural infrastructure. Interested contractors must submit their proposals by the extended deadline of February 21, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Construction of Sugarcane Greenhouses - USDA, ARS, Southeast Area, Houma, LA
    Buyer not available
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking contractors for the construction of sugarcane greenhouses in Houma, Louisiana. The project requires the contractor to provide all necessary labor, materials, and supplies while adhering to local, state, and federal regulations, as well as ARS Facilities and Design Standards. This initiative is crucial for advancing agricultural research and development, particularly in the field of sugarcane cultivation. Interested parties should contact Shalunda Mix at shalunda.mix@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines, with the presolicitation notice indicating a focus on quality work and safety standards throughout the project lifecycle.
    ERDC Communications Infrastructure Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the ERDC Communications Infrastructure Contract, aimed at providing essential communication infrastructure services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. The contract encompasses the installation, maintenance, and repair of communication networks, including the establishment of two distinct networks (CorpsNet and RDE) within the newly constructed Building 9000, requiring specialized labor, materials, and adherence to stringent industry standards. This procurement is critical for ensuring efficient telecommunications management and infrastructure support across federal sites, with a contract value ranging from $2,500 to $22.95 million over a five-year period. Interested small businesses must submit their proposals by April 1, 2025, and can direct inquiries to TriNeciya Martin at trineciya.c.martin@usace.army.mil or Christy Love at christy.j.love@usace.army.mil for further information.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, through the Bureau of the Fiscal Service, is soliciting quotes for generator replacement services at the U.S. Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The procurement aims to replace the main building generators and related equipment, requiring the selected contractor to provide all necessary management, personnel, materials, and equipment under a firm-fixed-price contract exclusively for small businesses. This project is crucial for ensuring operational continuity for the facility, which serves approximately 600 retired military personnel, and compliance with federal regulations is mandatory. Interested contractors must submit their proposals electronically by March 14, 2025, and can direct inquiries to Kaity Eaton or Paul White at purchasing@fiscal.treasury.gov.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    Davidson River Campground Reconstruction
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Davidson River Campground located in Pisgah Forest, North Carolina. This project entails the demolition of existing bathhouses, construction of new facilities, and upgrades to utility services, with a budget estimated between $5 million and $10 million. The initiative is part of the federal government's commitment to infrastructure investment and is set aside for small businesses, emphasizing compliance with federal procurement regulations, including the Buy American Act. Interested contractors should note key deadlines, including a site visit on March 11, 2025, a question deadline by March 20, 2025, and a proposal submission deadline of April 14, 2025. For further inquiries, contact Penny Zortman at penny.zortman@usda.gov.
    Y--Construction of Power Line
    Buyer not available
    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of approximately 10.5 miles of power line in Topock Marsh, Mohave County, Arizona, with a focus on installing around 150 utility power poles. This project, designated as a total small business set-aside under NAICS Code 237130, aims to enhance electrical infrastructure to support various projects within the Havasu National Wildlife Refuge, including powering pump motors and maintenance facilities. The estimated construction cost ranges from $1 million to $5 million, and contractors are required to comply with safety, environmental, and labor regulations, including wage determinations under the Davis-Bacon Act. Interested parties must submit their proposals by the specified deadlines, with a site visit scheduled for March 27, 2025, and inquiries directed to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Z2DA--657-21-117JB, Correct Deficiencies Identified During Triennial Testing Phase 2
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a construction contract aimed at correcting electrical deficiencies identified during triennial testing at the Jefferson Barracks VA Medical Center in St. Louis, MO, under project number 657-21-117JB. The project involves extensive electrical work, including the replacement and installation of transformers and electrical panels across Buildings 18, 51, and 53, ensuring compliance with the National Electrical Code and VA safety regulations. This initiative is crucial for enhancing the safety and operational functionality of healthcare facilities for veterans, reflecting the VA's commitment to maintaining high standards in patient care environments. Proposals must be submitted electronically, with a budget between $100,000 and $150,000, and a mandatory site visit scheduled for early March 2025. Interested contractors should contact Jennifer A Sotomayor at jennifer.sotomayor@va.gov for further details.