Closed Solicitation · DEPARTMENT OF AGRICULTURE

    Fencing and Concrete Foundation Replacement

    Sol. 1232SA25R0010SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BELTSVILLE, MD
    Closed
    STATUS
    Closed
    closed Jul 14, 2025
    POSTED
    Jun 11, 2025
    Publication date
    NAICS CODE
    238990
    Primary industry classification
    PSC CODE
    Z2PC
    Product & service classification

    AI Summary

    The USDA Agricultural Research Service is seeking proposals for pasture fencing and concrete foundation replacement at the National Centers for Animal Health in Ames, Iowa, under Solicitation 1232SA25R0010. This project is a Total Small Business Set Aside, with a construction magnitude between $250,000 and $500,000. Interested vendors must pre-register for site visits by June 16, 2025, and submit questions by June 25, 2025. All details and updates will be available on the SAM website.

    Contract details

    Solicitation No.
    1232SA25R0010
    Notice Type
    Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    June 11, 2025
    Response Deadline
    July 14, 2025
    NAICS Code
    238990AI guide
    PSC / Class Code
    Z2PC
    Contract Code
    12H2
    Issuing Office
    USDA ARS AFM APD
    Primary Contact
    Joshua J. Dobereiner
    State
    MD
    ZIP Code
    20705

    Description

    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for pasture fencing and concrete foundation replacement at the National Centers for Animal Health in Ames, Iowa. Solicitation 1232SA25R0010 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order. 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. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. The associated NAICS Code is 238990, All Other Specialty Trade Contractors. The small business size standard is $19.0 million. Magnitude of Construction is between $250,000 and $500,000. Period of performance is 180 days after receipt of the Notice to Proceed. Bonds: Bid, Payment, and Performance Bonds are required. Site Visit: Organized site visits are scheduled for June 17, 2025 at 1:00 PM Central Daylight Time (CDT) and June 18, 2025 at 9:00 AM CDT. The site visit will be held at the project location. The same information will be provided at both site visits, so offerors only need to attend one. In order to attend the site visit, you MUST pre-register by 3:00 PM CDT on June 16, 2025. Pre-register by emailing josh.dobereiner@usda.gov with your company name, the name(s) of the representatives who will attend, and which site visit you are registering for. An email response will be sent confirming your registration. 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. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov. Questions must be submitted no later than 4:00 PM CDT on June 25, 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. Interested offerors must be registered in the System for Award Management (SAM). To register, go to www.sam.gov. Instructions for registering are on the web page (there is no registration fee). The solicitation and associated information will be available only from the Contract Opportunities page at sam.gov. This solicitation is NOT an invitation for bids and there will be NO formal public bid opening. All inquiries must be in writing via email to the persons specified in this solicitation. All answers will be provided in writing via posting to the web. DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to Contracting Opportunities for electronic downloading. 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. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. Information concerning the REE policies and procedures regarding the definitization of equitable adjustments for change orders under construction contracts and the time required for definitization of those actions per 15 U.S.C. 644 is available at https://www.ars.usda.gov/afm/apd/acquisitions/.

    Key dates

    1. June 11, 2025Posted Date
    2. July 14, 2025Proposals / Responses Due

    Frequently asked questions

    Fencing and Concrete Foundation Replacement is a federal acquisition solicitation issued by DEPARTMENT OF AGRICULTURE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.