Repair Entrance Gates
ID: 12805B25Q0078Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The U.S. Department of Agriculture's Agricultural Research Service (USDA ARS) is seeking qualified contractors to repair and install three key-card operated entrance gates at the Conservation and Production Research Laboratory in Bushland, Texas. The project aims to enhance security by replacing outdated padlock gates with new electric gates that operate automatically upon recognizing a valid key card, including the installation of two solar-powered gates and one powered by a 120 VAC line. This procurement is a Total Small Business Set-Aside, with a contract period from February 1, 2025, to July 31, 2025, and interested parties must submit their quotations by January 24, 2025, to Kelly Wright at kelly.wright@usda.gov. A site visit is encouraged and can be arranged during the week of January 13-17, 2025, to ensure a comprehensive understanding of the project requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA Agricultural Research Service (ARS) is soliciting proposals for the replacement and repair of three key-card operated entrance gates at the Conservation and Production Research Laboratory (CPRL) located in Bushland, Texas. The objective is to enhance security and control access to federal property by replacing outdated padlock gates with new electric gates that engage automatically and open only upon recognizing a valid key card. The project involves the installation of two solar-powered gates and one powered by a 120 VAC line, along with necessary accessory fencing. Specific requirements include a 32-foot gate opening, compatibility with existing card readers, and a design that minimizes weight and wind pressure. The installation is anticipated to occur between February and July 2025, with each gate being operational by respective deadlines. Funding and procurement details, alongside specific technical tasks and deliverables, are outlined to ensure compliance and operational efficiency. This project reflects a commitment to improving asset protection at the laboratory by addressing vulnerabilities in current security measures.
    The USDA Agricultural Research Service is seeking to procure the replacement of three entrance gates at the Conservation and Production Research Laboratory in Bushland, Texas. The existing padlock-operated gates, which can be inadvertently left open, will be replaced with new electric, key-card operated sliding gates that automatically close to enhance security for federal property. The project entails installing two solar-powered gates and one powered by 120 VAC line power, as well as necessary fencing and electrical systems. Each gate must be compatible with existing card readers on the property. The delivery schedule outlines specific completion dates for each gate, set from July 1 to July 30, 2025. This procurement aligns with USDA-ARS's mission to secure assets vital for agricultural research and operations, ensuring improved access control and safety at a large facility encompassing 1,500 acres. The request demonstrates a commitment to modernizing infrastructure while addressing security vulnerabilities.
    This document contains disordered data, likely representing a corrupted or unreadable government file related to various federal grants, RFPs, and state and local requests for proposals. The information appears to include various sections, potentially detailing funding opportunities or guidelines associated with government contracts. However, due to the degree of corruption and loss of coherent content, the primary topics, ideas, and structure are challenging to decipher. In analyzing the document's intended purpose within the context of RFPs and federal grants, it seems to revolve around providing instructions or information on how to apply for or manage these opportunities. Such communications typically aim to inform relevant stakeholders—such as businesses, nonprofits, and government entities—about available funding, project requirements, and evaluation criteria. Considering the assumed intent, accurate and accessible communication is crucial for ensuring stakeholders can effectively engage with governmental processes. This emphasizes the need for clear guidelines and structured approaches to grant management or RFP submission. However, due to significant loss of data integrity, the essence of the original content remains largely obscured, rendering the document unserviceable for its intended purpose.
    This document is an amendment to the solicitation identified as 12805B25Q0078, issued by the USDA ARS in Fort Collins, CO. The amendment aims to update the FAR clauses 52.212-1 and 52.212-2 and correct the SF18 Small Business Block to reflect a Small Business Set Aside. Offers must acknowledge receipt of this amendment to avoid rejection, and changes to offers can be submitted prior to the specified deadline. The period of performance for the contract is from February 1, 2025, to July 31, 2025. Other contractual terms and conditions remain unchanged, emphasizing continuity for the offerors. This amendment reflects the government's commitment to regulatory compliance while ensuring that Small Business entities are adequately accounted for in the contracting process.
    The document outlines an amendment to solicitation number 12805B25Q0078 issued by the USDA ARS, located in Fort Collins, CO. The primary purpose of the amendment is to update the Performance Work Statement, designated as Attachment 1, to Revision 1, while maintaining all other terms unchanged. Offers submitted in response to the solicitation must acknowledge receipt of this amendment to prevent rejection. The period of performance for the contract is established as from February 1, 2025, to July 31, 2025. The amendment specifies that the contractor's acknowledgment may be communicated either through the submission of copies of the amendment or acknowledgment in writing prior to the specified deadline. All conditions of the initial solicitation remain in effect except for the specified changes. This amendment signifies the government's continuing engagement with external contractors in fulfilling its operational needs, emphasizing the importance of compliance with procedural requirements in contracting processes.
    The document is a federal solicitation (Solicitation 12805B25Q0078-0001) for commercial services related to a project managed by the U.S. Department of Agriculture (USDA). It outlines requirements for bidders, including compliance with various federal acquisition regulations and clauses relevant to commercial item contracts. Key aspects of the solicitation include the submission process, necessary documentation like performance work statements and pricing proposals, and the evaluation criteria based on the Lowest Price Technically Acceptable (LPTA) methodology. Offerors are required to provide evidence of experience, technical proposals, and past performance evaluations while adhering to specified guidelines for small business participation. Compliance with federal standards, including workers’ rights and environmental regulations, is mandatory. Successful contractors must register in the Invoice Processing Platform (IPP) for payment processing. This solicitation emphasizes transparency, regulatory adherence, and support for small businesses in providing goods and services to the government.
    The document outlines the Request for Quotation (RFQ) 12805B25Q0078, issued by the USDA Agricultural Research Service for repair and installation of three gates at the Conservation and Production Research facility in Bushland, TX. The RFQ specifies a performance period from February 1, 2025, to July 31, 2025, with a delivery deadline aligned with project completion. It aims to obtain the best value for the government by utilizing the Lowest Price Technically Acceptable (LPTA) evaluation method, requiring bidders to demonstrate relevant experience and provide a detailed cost proposal. Key submission components include a transmittal summary letter, a completed SF-18 offer form, and proof of previous irrigation project experience. Regulatory clauses and contracting conditions emphasize compliance with federal laws, including those regarding small businesses and labor standards. The provided guidance encourages potential vendors to perform site visits for comprehensive understanding. This RFQ reflects the USDA's operational needs and commitment to maintaining infrastructure effectively while adhering to government procurement standards.
    Lifecycle
    Title
    Type
    Repair Entrance Gates
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Security System Service - LRGV
    International Boundary And Water Commission: Us-mexico
    The International Boundary and Water Commission (IBWC) is seeking qualified small businesses to provide security system maintenance, repair, and upgrade services for its facilities in the Lower Rio Grande Valley, specifically at the Mercedes Field Office, Anzalduas Dam, and Retamal Dam in Texas. The contractor will be responsible for maintaining and upgrading security systems, including Physical Access Control Systems (PACS), CCTV, and Intrusion Detection Systems (IDS), while ensuring compliance with annual inspections and on-call repairs. This procurement is critical for enhancing the security infrastructure at these key locations, with a contract duration of one base year and four optional one-year extensions, contingent upon performance. Interested parties must submit their quotes by January 5, 2026, and are encouraged to attend a site visit on December 17, 2025; for further inquiries, contact Seone Michael Jones at seone.jones@ibwc.gov.
    Reverse Osmosis and Softener Treatment and Data Management System special design
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a market survey to identify qualified small businesses for a proposed procurement of a Reverse Osmosis and Softener Treatment and Data Management System. The objective is to assess the availability and capability of small businesses, including those certified as HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran-Owned, to meet specific minimum specifications related to water treatment and management. This procurement is crucial for ensuring effective water treatment processes at the ARS facility in Manhattan, KS. Interested parties are encouraged to submit a Capabilities Statement by December 16, 2025, to Kelly Wright at kelly.wright@usda.gov, as the government will use the responses to determine the appropriate acquisition method.
    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.
    63--Building Access Service Agreement
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to provide service and maintenance for the Physical Access Card System (PACS) at the Denver Federal Center in Colorado. The procurement aims to ensure optimal functionality of the PACS through comprehensive maintenance, technical assistance, and necessary upgrades, including the repair and enhancement of hardware and software components. This service is critical for maintaining security access across multiple buildings within the facility, with a requirement for rapid response times and adequate equipment stocking to minimize downtime. Interested firms must submit their capability statements and relevant information by 5:00 PM MST on December 15, 2025, to Aaron Valdez at aaronvaldez@usbr.gov, referencing the notice number 140R8125Q0013.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    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, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.
    Santa Fe Front Gate Repair
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, National Cemetery Administration, is soliciting proposals for the Santa Fe National Cemetery Front Gate Repair project, aimed at restoring the functionality of the front gate operating system. The project requires the contractor to provide all necessary labor, materials, equipment, and supervision to repair both the entry and exit gates, including the installation of four MAX 11400 Operators with battery backup and concrete pads, while adhering to safety standards and minimizing disruption to cemetery operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes by 1:00 PM EDT on December 19, 2025, and can direct inquiries to Michael Giaquinto at MICHAEL.GIAQUINTO2@VA.GOV. The estimated construction magnitude is below $25,000, and the work must be completed within 60 calendar days from the Notice to Proceed.