The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to “Remove existing glazing system of the Greenhouse (GH) and Replace with new glazing system along with associated project components” at USDA, ARS, Food Animal Environmental Systems Research Unit (FAESRU), 230 Bennett Lane, Bowling Green, KY 42104.
Solicitation 12505B25R0018 is issued as a Request for Proposal (RFP). The solicitation document is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 and 36. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2025-03. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e., Amendments) for the solicitation. No paper solicitation will be available.
The USDA/ARS is seeking a qualified Contractor to remove existing glazing system of the Greenhouse (GH) and replace with new glazing system along with associated project components in strict accordance as detailed in attached Statement of Work (SOW) at USDA, ARS, FAESRU, Bowling Green, KY location.
- The removal and replacement of the greenhouse's glazing system must be completed in phases such that ongoing research and operations is not interrupted. All phases of work must be sequenced to minimize the downtime of the greenhouse. The greenhouse is divided into three bays.
- PHASE 1: Vestibule and Greenhouse (GH) BAY 01
- PHASE 2: Greenhouse (GH) BAY 02, and interior wall
- PHASE 3: Greenhouse (GH) BAY 03, and interior wall
This requirement is Subject to Availability of Funds, reference FAR clause 52.232-18 (Apr 1984).
This requirement is solicited as a Total Small Business set aside. The associated NAICS Code is 238150, Glass and Glazing Contractors. The small business size standard is $19.0 million.
In accordance with FAR 36.204 - Disclosure of the magnitude of construction projects, the magnitude of construction is estimated to be between $100,000 and $250,000.
Period of performance is 150 days after receipt of the Notice to Proceed to include inspection and punch list.
Site Visit:
Bidders are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions, and specifications contained and/or referenced in this document.
The site visit shall be for observing firsthand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where contract documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable.
Site Visits are scheduled for June 16, 2025, at 1:00 p.m. CDT, and June 17, 2025, at 9:00 a.m. CDT. Site visit Point of Contact: Stacy Antle, (270)781-2632 ext. 245, stacy.antle@usda.gov.
Site Visit Location:
USDA, ARS, Food Animal Environmental Systems Research Unit (FAESRU)
Greenhouse (GH)
230 Bennett Lane
Bowling Green, KY 42104
Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting a proposal. Registration is free and you may register online at www.sam.gov.
Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, may complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation.
All questions regarding this solicitation must be submitted in writing ONLY to the Contract Specialist, Monte Jordan, via email to monte.jordan@usda.gov. Questions must be submitted referencing Solicitation 12505B25R0018 no later than Close of Business (COB) June 23, 2025. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned.
Proposals must be received not later than 3:00 p.m. CST, Monday, June 30, 2025. Proposals must be emailed to Contract Specialist, Monte Jordan at monte.jordan@usda.gov. Proposals must be annotated as such and reference solicitation number 12505B25R0018. NO late quotations will be accepted.
In order to be considered for award, Offerors must submit:
1) Fully complete and signed SF1442 and acknowledgement of all amendments (if applicable). Failure to acknowledge all amendments will result in the offer to be found non- responsive and may not be eligible for award.
2) Technical Proposal. The offeror shall describe by written narrative its approach in completing the required work within the Statement of Work (SOW). The written narrative must be in sufficient detail to clearly and concisely demonstrate the following: understanding of the tasks and timelines involved; the technical and institutional elements which must be addressed; proposed systems and major pieces of equipment; and any special issues or problems that may be encountered. The narrative shall also describe how the project shall be managed to minimize errors and omissions and ensure incorporation of Government comments, concerns, and feedback.
3) Cost/Price Proposal. The quotation must include a detailed price breakdown similar to a schedule of values which includes all materials, labor, and equipment for the entire project as specified in the Statement of Work. The quotation must detail both itemized material and labor prices. Labor must be specified in terms of labor categories and the number of hours associated with each labor category. General quotations with lumped pricing will not be accepted.
DISCLAIMER: The official contract documents and any amendments related to this procurement will be available electronically at the Government Point of Entry (GPE) SAM.gov. Please continue to monitor this site for the release of any further amendments (if any) or other information pertaining to this solicitation.
The Government is not liable for information furnished by any other source. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror’s responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror’s inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.