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
    Description

    The United States Department of Agriculture (USDA), through its Agricultural Marketing Service (AMS), is soliciting proposals for Facilities Maintenance Services for its Cotton and Tobacco Program located in Lamesa and Lubbock, Texas. The primary objective of this procurement is to secure a contractor responsible for preventative maintenance and repair of critical building systems, including HVAC, air compressors, boilers, and chillers, ensuring optimal operational efficiency in accordance with manufacturers' guidelines. This contract is vital for maintaining the infrastructure necessary for the USDA's operational capacity and compliance with safety and quality standards. Proposals are due by April 11, 2025, with the contract's base period running from May 4, 2025, to April 30, 2026, and potential extensions through 2030. Interested vendors can contact Matthew Phillips at matthew.phillips3@usda.gov or by phone at 479-301-8811 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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, is seeking proposals for the procurement of bale bags for its Cotton & Tobacco Program. The contract is set aside for small businesses and aims to fulfill the requirements for durable textile bags, classified under the NAICS code 314910 and PSC code 8105. These bags are essential for the effective handling and storage of cotton and tobacco products, contributing to the overall efficiency of agricultural operations. Interested vendors should contact Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation process.
    Sample Sacks for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking proposals for the procurement of sample sacks for the USDA, AMS, Cotton & Tobacco Program. This opportunity is set aside for small businesses and falls under the NAICS code 314910, which pertains to Textile Bag and Canvas Mills, indicating a need for specialized bags and sacks. These sample sacks are crucial for the effective management and inspection of cotton and tobacco products, ensuring compliance with agricultural standards. Interested vendors should reach out to Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation process.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), effective October 24, 2024. This solicitation outlines the provisions and contract requirements for vendors interested in supplying commodities for various USDA food programs, including the National School Lunch Program and the Commodity Supplemental Food Program. The updated document emphasizes compliance with Federal Acquisition Regulations (FAR), vendor qualification criteria, and sustainability measures, ensuring that all commodities are sourced from U.S. suppliers. Interested vendors can find more information and submit bids electronically via the Web Based Supply Chain Management system (WBSCM). For inquiries, contact David C. Jackson at davidc.jackson@usda.gov or Elizabeth Hoover at elizabeth.hoover@usda.gov.
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service, has issued an updated Master Solicitation for Commodity Procurements for Domestic Programs, effective February 13, 2024. This solicitation outlines the requirements for purchasing agricultural commodities, particularly for programs such as the National School Lunch Program, and includes significant updates to federal acquisition regulations and contract clauses. The procurement process emphasizes that all commodities must originate from the U.S., and bidders are required to utilize the Web Based Supply Chain Management (WBSCM) system for submissions, ensuring compliance with safety standards and timely delivery. Interested parties can reach out to David C. Jackson at davidc.jackson@usda.gov or call 816-823-1142 for further information.
    GUATE - FACPMSC - FCUs AND VRF-VRV SYSTEMS
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Guatemala, is seeking qualified contractors to provide preventive maintenance services for fan coil units and variable refrigerant flow (VRF/VRV) systems. The contract is set for one year, with the possibility of extending up to four additional years, and aims to ensure the efficient operation of these critical systems in compliance with established performance standards. Interested bidders must be registered in the System for Award Management (SAM) database and submit their quotations electronically by April 11, 2025, following a mandatory site visit on March 18, 2025. For further inquiries, potential bidders can contact Beau Garrett at guatemalabids@state.gov or Zayda Serech at serechza@state.gov.
    Sorvall Centrifuge Maintenance Services
    Buyer not available
    The Department of Agriculture, through the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors to provide maintenance and repair services for Sorvall centrifuges at the National Bio and Agro-Defense Facility in Manhattan, Kansas. The procurement includes preventative maintenance and repair tasks, with a contract period spanning from April 1, 2025, to March 31, 2029, requiring vendors to submit comprehensive quotes that detail their technical capabilities and pricing. These centrifuges are critical for laboratory operations, necessitating reliable service to ensure optimal performance and compliance with federal standards. Interested contractors must submit their quotes by the specified deadline to be considered for this opportunity, and can direct inquiries to Connor Tees at stephen.tees@usda.gov.
    FCI LA TUNA FACTORY HVAC REPLACEMENT
    Buyer not available
    The Department of Justice, through the Federal Prison Industries, Inc., is seeking qualified small businesses to undertake a Firm Fixed Price construction contract for HVAC replacement at the Federal Correctional Institution La Tuna in Texas. The project requires contractors to possess appropriate HVAC licenses and OSHA certifications, and includes responsibilities for supervision, materials, and compliance with all relevant regulations. This procurement is critical for enhancing the facility's infrastructure and ensuring a safe environment, with a performance period of 180 calendar days post-award. Interested parties must submit sealed offers by April 11, 2025, and are required to conduct a mandatory site visit prior to proposal submission; for further inquiries, contact Jason Morgan at jason.morgan2@usdoj.gov or David Smith at david.smith18@usdoj.gov.
    Updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Marketing Service (AMS), has issued an updated Master Solicitation for Commodity Procurements - International Programs (MSCP-I), effective from October 23, 2024. This solicitation is designed to facilitate various commodity contracts related to U.S. Government international food assistance programs, including Food for Peace, Food for Progress, and the McGovern-Dole Food for Education programs, while ensuring compliance with Federal Acquisition Regulation (FAR) standards. The MSCP-I document outlines essential guidelines, vendor qualification requirements, and updates on small business program definitions, emphasizing that commodities must be U.S.-produced. Interested vendors can reach out to Dan Webber at dan.webber@usda.gov or David Cottrell at david.cottrell@usda.gov for further inquiries.
    Cleaning for a HVAC System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cleaning services of the HVAC system at Building 9225, located at Joint Base San Antonio-Lackland, Texas. This opportunity is set aside exclusively for small businesses under NAICS code 561790, with a size standard of $9 million, and requires compliance with safety regulations and electronic invoicing through the Wide Area Workflow (WAWF) system. The project emphasizes maintaining a safe and healthy environment within military facilities, requiring contractors to adhere to standards set by the National Air Duct Cleaners Association and to conduct work during post-duty hours. Proposals must be submitted via email by March 28, 2025, and interested parties can contact Carlos Castillo at carlos.castillo.11@us.af.mil or SrA Miriam Martinez at miriam.martinez.3@us.af.mil for further information.
    Wire Ties for the USDA, AMS, Cotton & Tobacco Program
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to procure wire ties for the USDA's Cotton & Tobacco Program. This procurement is set aside for small businesses and falls under the NAICS code 332618, which pertains to Other Fabricated Wire Product Manufacturing. The wire ties are essential for various agricultural applications, supporting the effective management and inspection of cotton and tobacco products. Interested vendors can reach out to Matthew Phillips at matthew.phillips3@usda.gov or call 479-301-8811 for further details regarding the solicitation process.