Facilities Maintenance Services for the USDA, AMS, Cotton and Tobacco Program in Lamesa, TX and Lubbock, TX
ID: 12639525Q0073Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINTENANCE OF OTHER INDUSTRIAL BUILDINGS (Z1EZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 5:00 PM UTC
Description

The United States Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting proposals for Facilities Maintenance Services at its Cotton and Tobacco Program facilities located in Lamesa and Lubbock, Texas. The procurement aims to secure a contractor responsible for comprehensive maintenance, including routine inspections, emergency repairs, and preventative maintenance of essential building systems such as HVAC, air compressors, and boilers, ensuring optimal operational efficiency in accordance with manufacturers' guidelines. This contract, set aside for small businesses, will have a base period from May 4, 2025, to April 30, 2026, with four optional one-year extensions through April 30, 2030. Interested vendors must submit their proposals by April 11, 2025, and can direct inquiries to Matthew Phillips at Matthew.Phillips3@usda.gov.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 2:05 PM UTC
Apr 8, 2025, 2:05 PM UTC
The document is a Request for Proposal (RFP) for facilities maintenance services focused on preventative maintenance and scheduled inspections for the Cotton Classing Facilities in Lamesa and Lubbock, Texas, under the United States Department of Agriculture (USDA). The solicitation outlines a structured approach to maintenance services with a base period running from May 4, 2025, to April 30, 2026, followed by four optional one-year periods extending through April 30, 2030. Vendors are required to provide fixed-price quotes and complete specified fields in the form. The emphasis is on establishing a reliable maintenance schedule to ensure operational efficiency at both facilities, spanning a total evaluated price for services over five years. Additionally, the document specifies pricing breakdowns for both the initial base period and the subsequent option periods. This RFP is part of federal government efforts to secure reliable maintenance services that adhere to budgetary constraints while maintaining facility standards.
The Vendor Experience & Past Performance Sheet is a structured document utilized in the evaluation of contractors for government contracts. It captures crucial details about a contractor’s past performance, including the contractor's name, contract number, dates of performance, and the client's agency. Key fields include the total contract value, descriptions of services provided, any unique contract requirements, and problems encountered during contract execution along with their resolutions. Additionally, the document collects customer identification data, such as the client's name, title, and contact information. Overall, this sheet serves as a critical component in assessing a contractor's reliability and quality of service, playing a vital role in government Requests for Proposals (RFPs), federal grants, and state and local RFPs. By thoroughly documenting past performance, it helps agencies make informed decisions when selecting contractors, ensuring transparency and accountability in federal and state contracting processes. The emphasis on problem resolution highlights the contractor’s ability to navigate challenges, underscoring the importance of experienced and adaptive service providers in government operations.
The provided document outlines federal acquisition regulations (FAR) representations and certifications relevant to contractors bidding for government contracts, focusing on compliance with telecommunications and security-related laws. It includes provisions related to covered telecommunications equipment, prohibitions on contracting with entities involved in specific activities, and representations regarding business type, such as small or disadvantaged businesses. The document specifies the requirements for offerors to disclose their use of covered telecommunications products, conduct due diligence regarding compliance with federal standards, and provide information on their corporate structure, including ownership and affiliates. The document is structured into various sections detailing definitions of key terms, prohibitions under relevant Acts, procedures for searching and representing compliance, and disclosures required based on the company's business classification. Offerors must assert their status regarding small business classifications, tax liability, and adherence to labor standards, among other details, to ensure transparency and integrity in government contracting processes. Additionally, it stresses the importance of representations regarding ownership control and compliance with regulations regarding sensitive technologies, with the overarching goal being to uphold security and ethical standards in federal procurement practices.
The document is a detailed account believed to encompass aspects related to federal and local government Requests for Proposals (RFPs), grants, and related initiatives. Given the lack of clear textual content, it appears heavily encrypted or corrupted, but the structure suggests a focus on applications or project proposals associated with governmental funding. The intentions behind RFPs typically include soliciting bids from private sector vendors for services or projects to fulfill public needs, ensuring transparency, and leveraging competitive pricing. Grants serve to financially aid projects serving community needs, often aligning with social, economic, or infrastructural objectives. Without explicit details, it's uncertain what specific initiatives or proposals are outlined, but the document hints at a focus on structured project planning, compliance with governmental standards, and potentially significant conditions for fund allocation. Overall, while the content remains largely illegible, the fundamental purpose revolves around identifying, facilitating, or managing projects that adhere to governmental procurement and funding regulations.
The document appears to be a corrupted government file that likely contained information related to federal RFPs (Requests for Proposals) and grants concerning various programs or projects. The main topic seems to revolve around funding opportunities for local and state governments, potentially including details on application processes, eligibility criteria, and project expectations. However, due to extensive data corruption, the actual content is largely unreadable, with only fragments of information scattered throughout. Key details suggest a framework for the submission and evaluation of proposals, emphasizing the importance of compliance with specified regulations and guidelines. A rigid structure is implied, which typically outlines deadlines, submission formats, and evaluation metrics meant to ensure transparency and accountability in the allocation of funds. The mention of various organizations and contact points hints at the collaborative nature of government grants, although specifics remain obscured by corruption. Overall, the document's purpose likely aligns with facilitating governmental funding processes to support community projects and improvements while adhering to legislative requirements. Given the corruption and unreadability of the data, comprehensive insights are challenging to extract.
The document pertains to Solicitation 12639525Q0073, which involves a Request for Proposals (RFP) concerning water treatment services for Classing Facilities in Lamesa and Lubbock, Texas. It highlights a series of questions from potential bidders regarding specific contract details and service expectations. Key inquiries addressed include the nature of maintenance requirements, the presence of existing incumbent contracts, past repair events at the facilities, and staffing considerations for bidders. The USDA clarifies that the current RFP is a re-procurement and does not offer financial estimates. Details on previous major repairs indicate nineteen occurrences in Lamesa and four in Lubbock over four years. The document emphasizes that vendors are responsible for determining appropriate staffing and quoting procedures, and it notes the absence of specialized equipment at both sites. The overall aim is to inform and guide contractors in their bidding process while providing critical operational details relevant to the proposed work.
The United States Department of Agriculture (USDA), Agricultural Marketing Service (AMS), Cotton and Tobacco Program is soliciting proposals for Facilities Maintenance Services at its Lamesa and Lubbock, Texas locations. The primary focus of this Request for Proposal (RFP) is to secure a contractor for preventative maintenance and repair of essential building systems, including HVAC, air compressors, boilers, and chillers, ensuring that operations maintain optimal efficiency per manufacturers' guidelines. Key elements of the contract include routine inspections, emergency response within two hours, and the provision of necessary labor, materials, and services to uphold system performance and longevity. The contract will have a base period from May 4, 2025, to April 30, 2026, with the potential for additional option periods extending through 2030. The award is set aside for small businesses in compliance with the federal set-aside program. Proposals must be received by April 11, 2025. This procurement reflects the USDA's commitment to maintaining infrastructure support for its operational capacity while ensuring compliance with safety and quality standards across its properties.
Similar Opportunities
Bale Bags for USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to supply bale bags for the USDA, AMS Cotton and Tobacco Program under a firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract. The procurement aims to secure a reliable source of woven polypropylene cotton bale bags, which are essential for the proper handling and storage of cotton bales, ensuring compliance with technical specifications and the Buy American Act. The contract is expected to span five years, with a minimum guarantee of specific quantities delivered across various USDA Cotton Classing Offices, and the award is anticipated around March 31, 2025. Interested vendors must submit their quotations, including required documentation, to Contract Specialist Matthew Phillips at Matthew.Phillips3@usda.gov by the specified deadline, ensuring they are registered in the System for Award Management (SAM).
Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide sample sacks for the USDA Agricultural Marketing Service's Cotton and Tobacco Program. This procurement involves a single-award, firm fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for a five-year period, commencing on May 1, 2025, and concluding on April 30, 2030. The sample sacks are essential for cotton classification processes, ensuring compliance with technical specifications and the Buy American Act. Interested vendors must submit their quotations, including technical samples and past performance references, by March 12, 2025, to Matthew Phillips at Matthew.Phillips3@usda.gov, with the award anticipated around March 31, 2025.
Air Compressor Rebuild
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the rebuild of two Powerex air compressors at the Beltsville Agricultural Research Center in Maryland. This project requires contractors to provide all necessary labor, materials, and equipment to restore the compressors to factory standards, ensuring compliance with safety and environmental regulations. The total budget for this small business set-aside contract is estimated between $100,000 and $250,000, with a performance period of 60 days following the notice to proceed. Interested vendors must submit their proposals by April 25, 2025, and can direct inquiries to Elizabeth Wilson at elizabeth.wilson2@usda.gov.
Annual Service Contract/ Preventative Maintenance Plan for INTELLIFLEX DR-SE
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide an Annual Service Contract and Preventative Maintenance Plan for the Luminex INTELLIFLEX DR-SE instrument at the Center for Grain and Animal Health Research (CGAHR) in Manhattan, Kansas. The contract requires two scheduled preventative maintenance visits annually, along with unlimited emergency services with a one-day response time to ensure optimal equipment operation. This procurement is critical for maintaining the functionality of laboratory equipment, which is essential for research activities, and is set aside for small businesses under the NAICS code 811210. Interested vendors must respond in writing with detailed qualifications, including company information and technical capabilities, to Jennifer Busbea at jennifer.busbea@usda.gov by the specified deadline.
Fresh Vegetables for use in Domestic Food Assistance Programs
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of fresh vegetables to support domestic food assistance programs, including the National School Lunch Program. Vendors are required to meet specific certification standards, including USDA’s Good Agricultural Practices (GAP) and Good Handling Practices (GHP), prior to the bid opening, and the solicitation is exclusively open to small businesses. The contract will involve the delivery of various types of fresh potatoes and sweet potatoes, with product deliveries scheduled from July 1, 2025, through December 31, 2025, and offers due by April 21, 2025. Interested parties should contact David C. Jackson at davidc.jackson@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov for further information.
12905B25R0008 – Pre-Solicitation Notice RCEW Quonset Hut HVAC/Electrical Installation USDA-ARS-PWA Murphy ID
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking contractors for the installation of new HVAC and electrical systems in the Quonset Hut located at the USDA-ARS-PWA facility in Murphy, Idaho. This project aims to address significant HVAC deficiencies in the aging Range and Quonset buildings, which currently hinder operational functionality and safety for staff and visitors. The selected contractor will be responsible for providing all necessary labor, materials, and supervision to complete the work in accordance with established plans and specifications, with a contract value estimated between $250,000 and $500,000. Interested small disadvantaged businesses (SDB) should monitor the SAM.gov website for the forthcoming Request for Proposal (RFP) 12905B25R0008, expected to be issued around April 8, 2025, and may contact Theodore Blume at Theodore.Blume@usda.gov for further inquiries.
Washburn Janitorial Services
Buyer not available
The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for janitorial services at the Washburn Ranger District in Wisconsin. The contract will cover a performance period from April 1, 2025, to March 31, 2026, with options for two additional extension years, ensuring the maintenance of cleanliness and hygiene in government facilities. This procurement is vital for operational efficiency and compliance with federal standards, as it supports the agency's commitment to providing a sanitary environment for its employees. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Virginia Vanalstine or Nicolaus Reep via their provided email addresses.
Vegetable Oil And Buttery Spread for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting offers for the procurement of vegetable oil products and buttery spread intended for domestic food assistance programs. This procurement aims to support various food distribution initiatives, with deliveries scheduled between July 1, 2025, and September 30, 2025, and includes a 100% small business set-aside for specific products while remaining unrestricted for others. Interested contractors must submit their bids electronically via the Web-Based Supply Chain Management System (WBSCM) by April 24, 2025, at 1 PM Central Time, and are encouraged to ensure compliance with USDA regulations and vendor qualification requirements. For further inquiries, potential bidders can contact Jenny Babiuch or Valerie Dinkel via email.
Landscaping Service for Salinas, CA
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified contractors to provide landscaping services for its facility in Salinas, California. The contract encompasses comprehensive landscaping tasks, including maintenance during scheduled visits and additional services as needed, ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining the aesthetic and functional quality of the USDA's modernized facility, reflecting its commitment to environmental standards and safety. Interested small businesses must submit their quotations electronically by the specified deadline, with all inquiries directed to Lam Pham at lam.pham@usda.gov. The solicitation number is 12905B25Q0042, and the contract period is set from May 14 to August 14, 2025, with an option for four additional months as outlined in Amendment 0001.
Canned Vegetables (Tomato Products) for use in Domestic Food Assistance Programs.
Buyer not available
The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is seeking bids for the procurement of canned vegetables, specifically tomato products, to support domestic food assistance programs, including the National School Lunch Program. The solicitation aims to ensure a consistent supply of these products, with a focus on promoting small business participation, including a 50% set-aside for small businesses and provisions for service-disabled veteran-owned enterprises. Interested contractors must submit their offers via the Web-Based Supply Chain Management System (WBSCM) by April 23, 2025, with deliveries scheduled between July 1 and September 30, 2025. For further inquiries, potential bidders can contact Glenn Reid at glenn.reid@usda.gov or Valerie Dinkel at Valerie.Dinkel@usda.gov.