Tornado Damage Repairs at the USDA-ARS U.S. Horticultural Research Laboratory, Ft. Pierce, Florida
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Department of Agriculture (USDA), Agricultural Research Service (ARS), plans to issue a Firm Fixed Price construction contract for tornado damage repairs at the USDA-ARS U.S. Horticultural Research Laboratory in Ft. Pierce, Florida, and two other sites. This project, valued at more than $10,000,000.00, is a Total Small Business Set-Aside. The Request for Proposal (RFP) is anticipated around April 30, 2026, with proposals due by June 1, 2026.
Scope of Work
The contractor will provide all labor, equipment, and materials for repairs across three affected sites:
- USDA-ARS U.S. Horticulture Laboratory (Ft. Pierce): Phased demolition and replacement of 27 standard and 4 conditioned greenhouses (totaling 48,000 sq ft), plus 20,000 sq ft of hallways, vents, and intake screening. Repairs to the main building roofing are also included.
- Picos Farm (Ft. Pierce): Demolition and reconstruction of 1 greenhouse and 1 hoophouse (approx. 3,350 sq ft), and installation of three prefabricated, open-sided steel structures over existing pump and mechanical systems.
- Whitmore Farm (Leesburg): Demolition of two existing greenhouses, reskinning/repair of a third, construction of a new prefabricated pesticide storage building, and demolition of two pump house structures. All new greenhouse systems will feature microgrow controls, meet Florida containment requirements, and have properly meshed venting systems.
Contract & Timeline
- Type: Firm Fixed Price construction contract
- Magnitude: More than $10,000,000.00
- NAICS: 236220 Commercial and Institutional Building Construction (Size Standard: $45 Million)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- RFP Number: 1232SA26R0020
- RFP Release: Anticipated on or around April 30, 2026
- Response Due: June 1, 2026, 6:00 PM ET
- Published: April 15, 2026
- Completion Timeframe: To be determined
Additional Notes
This is an informational presolicitation notice. Potential offerors are responsible for monitoring sam.gov for the release of the RFP package and any amendments. No status inquiries or requests for additional information will be answered prior to posting. All offerors must be registered with the System for Award Management (SAM) per FAR Clause 52.204-7 and 52.204-8.