Hatchery Complex Electrical Distribution-Stoneville, MS
ID: 12405B25R0007Type: Solicitation
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
    Bldg. 3 Roof Replacement-Stoneville, MS.
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for the replacement of the roof on Building 3 at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires the contractor to supply all materials, labor, and equipment necessary to install a new PVC roof, along with a 20-year warranty, as outlined in the Statement of Work. This initiative is part of the federal government's commitment to maintaining and improving agricultural research facilities, ensuring they meet safety and operational standards. Interested contractors must submit their proposals by February 17, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Huron W. Virden at huron.virden@usda.gov.
    Boilers for Buildings #5 and #6 - Stoneville, MS
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking proposals for the demolition of existing natural gas boilers and the installation of new ones at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project requires the contractor to remove four Lochinvar boilers and four Bell and Gossett pumps, and to provide all necessary labor, materials, and equipment for the installation of the new systems, adhering to safety and compliance standards. This procurement is crucial for upgrading the facility's infrastructure sustainably and safely, ensuring efficient operation of the research center. Interested contractors must submit a detailed technical and cost proposal by February 10, 2025, and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, contact Huron W. Virden at huron.virden@usda.gov.
    Cable Replacement, Splicing, and Testing
    Buyer not available
    The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is soliciting proposals for a project involving cable replacement, splicing, and testing at the National Center for Animal Health in Ames, Iowa. The project requires the contractor to repair 15KV cables, including splicing and installation of new cables, while adhering to safety regulations and completing the work within a 90-day timeframe following the notice to proceed. This procurement is significant as it ensures the operational integrity of critical electrical systems at a federal facility, with an estimated construction cost ranging from $25,000 to $100,000. Interested small business contractors must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with all inquiries directed to Jeff Kathman at jeffery.kathman@usda.gov or by phone at 515-667-0841.
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), Pacific West Area Office has a construction requirement for Laboratory Remodel at 9611 S Riverbend Ave, Parlier, CA 93648.
    Buyer not available
    The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for a laboratory remodel project at the San Joaquin Valley Agricultural Sciences Center located at 9611 S Riverbend Ave, Parlier, California. The project involves the demolition of non-functional walk-in growth units, renovation of the laboratory space, and upgrades to electrical and HVAC systems, with a completion timeframe of 90 days following the Notice to Proceed. This initiative is crucial for enhancing research capabilities within the USDA, ensuring compliance with federal standards and promoting a conducive environment for scientific work. Interested small businesses must submit sealed offers by January 24, 2025, and are encouraged to attend a pre-scheduled site visit on January 16, 2025, with inquiries directed to Mr. Lam Pham at lam.pham@usda.gov.
    Renovations to Garage Building Project C (Adams, OR)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for renovations to the Garage Building Project C at the Columbia Plateau Conservation Research Center located in Adams, Oregon. The project requires contractors to provide all necessary labor, materials, and supervision to transform the existing facility into two conditioned spaces for sample washing and storage, with a budget estimated between $100,000 and $250,000. This renovation is crucial for enhancing the operational capabilities of the research center while adhering to federal sustainability mandates, including the procurement of sustainable products and compliance with wage determinations under the Davis-Bacon Act. Proposals are due by 12:00 p.m. Pacific Time on February 7, 2025, and interested contractors should contact Spencer Hamilton at spencer.hamilton@usda.gov for further information.
    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, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is crucial for advancing agricultural research and enhancing dairy production practices. Interested contractors must submit their proposals by February 21, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jennifer Wheelis at Jennifer.L.Wheelis@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.
    WWTP Supervisor
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking a contractor to provide services for the replacement of a chiller Variable Frequency Drive (VFD) at the Beltsville Agricultural Research Center in Maryland. This procurement falls under the NAICS code 561210 for Facilities Support Services and is a total small business set-aside, emphasizing the importance of compliance with federal regulations and environmental standards. The selected contractor will be responsible for ensuring that the project meets the performance requirements outlined in the Performance Work Statement, with a focus on technical capability and past performance. Quotes are due by January 14, 2025, at 2:00 PM PST, and interested parties should direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
    Garrison Riverdale Feeder Relocation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Garrison Riverdale Feeder Relocation project in North Dakota, aimed at relocating utility infrastructure at Garrison Dam. This project involves the construction of new power poles, underground duct banks, and enhancements to electrical installations, with an estimated cost between $1,000,000 and $5,000,000, emphasizing the importance of safety, quality, and compliance with federal regulations. Interested small businesses must submit detailed proposals, including project management plans and evidence of relevant experience, by the deadline of February 11, 2025, with the project completion window set between April 16, 2025, and November 1, 2025. For further inquiries, contact Lynne D. Reed at lynne.d.reed@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil.
    Generator Replacement Services
    Buyer not available
    The Department of the Treasury, specifically the Bureau of the Fiscal Service, is seeking qualified vendors to provide Generator Replacement Services for the Armed Forces Retirement Home (AFRH) in Gulfport, Mississippi. The objective is to replace the main building generators and associated equipment on the AFRH-G campus, ensuring compliance with regulatory standards and quality control throughout the project. This initiative is crucial for maintaining operational safety and support for retired veterans. Interested vendors must submit their capabilities statements by 2:00 PM EST on February 10, 2025, to the designated email addresses, as this is a Request for Information (RFI) and not a solicitation for proposals.