IDAHO PANHANDLE NF CDA NURSERY WINDOW REPLACEMENT
ID: 1240LU24Q0074Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 9Ogden, UT, 844012310, USA

NAICS

Finish Carpentry Contractors (238350)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

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

    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the replacement of windows in seven buildings at the Coeur d'Alene Nursery located in Idaho Panhandle National Forest. The primary objective of this project is to enhance energy efficiency and reduce heating and cooling costs by replacing outdated windows originally installed between the 1960s and 1980s. This initiative is crucial for modernizing federal facilities and promoting sustainable practices within government operations. Interested contractors must submit their bids by September 26, 2024, with a contract value estimated between $25,000 and $100,000, and work is expected to commence no earlier than October 25, 2024, continuing until October 24, 2025. For further inquiries, potential bidders can contact Daniel Franco at daniel.franco@usda.gov or Michael Dobler at Michael.Dobler@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a Request for Proposals (RFP) for the CDA Nursery Window Replacement project, issued by the USDA Forest Service. The objective is to replace existing windows in seven buildings at the Coeur d'Alene Nursery in Idaho, enhancing energy efficiency and reducing heating and cooling costs. The solicitation includes essential project specifications, a schedule of items, and contract clauses necessary for compliance. Bids are due by September 26, 2024, and proposals must include a signed Standard Form 1442, a detailed technical proposal outlining past performance and relevant experience, as well as pricing information. Evaluation will prioritize technical acumen concerning project execution, past performance, and price to determine the best value for the government. Contractors must comply with federal requirements related to equal employment opportunities and utilize domestic construction materials in alignment with the Buy American Act. The entire scope of work, expected from October 25, 2024, to October 24, 2025, aims to modernize facilities while fostering sustainable practices.
    This document outlines a solicitation for the replacement of windows at the CDA Nursery within the Idaho Panhandle National Forest. The key requirement includes the provision of a Payment Bond or an Irrevocable Letter of Credit equivalent to 100% of the contract price for bids exceeding $35,000 but below $150,000, which must be submitted within ten days post-award. The bid schedule specifies that only one award will be granted, and contractors are required to submit pricing for all listed items, which include mobilization and window replacement as detailed in the Statement of Work (SOW). The total bid price will encompass the costs associated with these items. This procurement effort serves the dual purpose of enhancing federal property through necessary renovations and ensuring compliance with federal contracting regulations.
    The document outlines wage determinations for residential construction projects in Idaho, specifically for contracts requiring compliance with the Davis-Bacon Act, which mandates minimum wage rates for workers. The latest General Decision Number, ID20240002, supersedes the previous decision and establishes pay scales for various construction trades effective in 2024. Contracts awarded on or after January 30, 2022, necessitate a minimum wage of $17.20 per hour under Executive Order 14026, while those awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 under Executive Order 13658. The document includes wage rates for various classifications, including carpenters, electricians, and laborers, with specific notes on higher wage obligations based on executive order applicability. It also provides guidance on the appeals process for wage determinations and emphasizes worker protections such as paid sick leave under Executive Order 13706. This file serves as an essential resource for contractors and local agencies involved in federally funded residential construction projects, ensuring compliance with wage obligations and labor standards.
    The document is a Contract File Checklist used in the federal government for managing contracts related to supplies, services, construction, and IT. The checklist ensures that all essential documentation is included in the contract file, detailing various transaction types, contract types, and requirements. Key components of the checklist include project information (such as title, contracting officer, and award amount), pre-award and post-award documentation, and specific regulatory compliance checks. Critical documents required before awarding a contract include the requirements package, independent government cost estimate, market research, technical evaluation factors, and determination of contractor responsibility. Post-award requirements encompass the contract execution, modifications, bonding protections, contract administration, and closeout documentation. The overall purpose is to facilitate thorough contract management and compliance within government procurement processes, ensuring transparency and accountability. The checklist emphasizes the importance of following federal regulations and policies to uphold the integrity of contract awards. This organized approach supports the efficient execution of federal grants and RFPs, underpinning the government's commitment to effective public spending and project delivery.
    The government file outlines a Request for Proposal (RFP) for replacing windows in various buildings, emphasizing the need for modern, low-maintenance window solutions. The specifications call for insulated, Low-E glass, tempered, and double-pane windows with specific design and size criteria across several buildings, including the Main Office and Quality Assurance Lab. Exterior colors are designated for different buildings, with maintenance-free cladding requirements. The contractor is responsible for removing old windows, installing new ones according to manufacturer standards, and ensuring that all construction debris is cleared from the site. Key personnel must represent the contractor fully, adhere to security protocols, and deliver written reports in layperson language. This project demonstrates a commitment to upgrading facilities while ensuring compliance with safety and quality standards. Ultimately, this RFP signifies the government's initiative to enhance infrastructure durability and efficiency.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Idaho Panhandle National Forest Coeur D' Alene Nursery Roofing Replacements
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the replacement of roofs at the Coeur D'Alene Nursery in Idaho under Solicitation No: 1240LU24R0025. The project entails removing existing metal roofs and installing new metal roofing systems across multiple buildings, including necessary components such as underlayment, ice shields, and addressing any damaged roof sheathing. This initiative is crucial for maintaining the structural integrity of facilities used for agricultural and research purposes, with an estimated project cost ranging between $100,000 and $250,000, and completion expected by October 15, 2025. Interested contractors must submit their bids by September 23, 2024, and can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    NEZ PERCE-CLEARWATER NF Salmon River Seed Orchard Well Drilling
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is seeking qualified contractors for the "Salmon River Seed Orchard Well Drilling" project located in the Nez Perce-Clearwater National Forests in Idaho. The primary objective is to drill a well to provide potable water to the nursery, with provisions for additional wells if the initial attempt does not meet specifications. This project is crucial for ensuring sustainable water resources for agricultural activities within the national forest, reflecting the government's commitment to effective water management. Bids are due by September 26, 2024, at 11:00 A.M. MT, with a project budget estimated between $100,000 and $250,000, and work is expected to commence no earlier than October 15, 2024, continuing until October 15, 2025. Interested contractors can contact Daniel Franco at daniel.franco@usda.gov or Pamela Baltz at pamela.baltz@usda.gov for further information.
    ID FLAP IDAHO NF17(1), Mt. Idaho Grade Road Rehabilitation
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, specifically the Federal Highway Administration, is soliciting bids for the rehabilitation of the Mt. Idaho Grade Road under project ID FLAP IDAHO NF17(1) located in Grangeville, Idaho. The project encompasses approximately 6 miles of roadway improvements, addressing critical issues such as roadway subgrade instability and inadequate drainage, which have led to surface deterioration. This initiative is vital for enhancing access to local national forests and recreational areas, ensuring compliance with federal construction standards while promoting safety and efficiency in transportation infrastructure. Interested contractors must submit their bids by October 8, 2024, following the guidelines outlined in the solicitation documents, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.
    Daniel Boone National Forest (DBNF) Cumberland Ranger District – Fern Bluff Work Center Roof System Replacements
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors for the replacement of roof systems at the Fern Bluff Work Center located in Morehead, Kentucky. The project involves removing existing roofs, replacing damaged decking, and installing new sustainable metal roof systems on four buildings, with a total project value anticipated to be under $100,000. This initiative is crucial for maintaining federal facilities and ensuring compliance with environmental standards, including the use of biobased products and adherence to the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes electronically by September 23, 2024, and are encouraged to attend a pre-bid meeting on September 13, 2024, to gather site-specific information. For further inquiries, potential bidders can contact Sunday Street at sunday.street@usda.gov or David Easter at david.easter@usda.gov.
    Teton Canyon Bridge Replacement Construction at Caribou-Targhee National Forest, Idaho
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking qualified contractors for the Teton Canyon Bridge Replacement Construction project located in the Caribou-Targhee National Forest, Idaho. The procurement involves the replacement of two pedestrian bridges, specifically the Sheep Bridge and the Treasure Lake Bridge, aimed at enhancing recreational access and safety for trail users. This initiative reflects the government's commitment to improving infrastructure within national forests, ensuring both public accessibility and environmental integrity. Proposals are due by October 7, 2024, at 11:59 p.m. Central Time, and interested parties should contact Mary Harding at mary.harding@usda.gov for further details.
    11318 Warehouse #1 Electrical
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the "11318 Warehouse 1 Electrical" project, which involves the installation of various electrical systems at a warehouse located in Salmon, Idaho. The project requires the installation of a 100-amp electrical subpanel, multiple circuits, and receptacles, all adhering to the National Electrical Code and other regulatory standards. This procurement is significant as it supports the infrastructure of the Salmon-Challis National Forest, ensuring operational efficiency and safety within the facility. Interested small businesses must submit their proposals by October 21, 2024, with work scheduled to commence on November 4, 2024, and a completion timeline of 14 calendar days. For further inquiries, contact Heather Cole at heather.cole@usda.gov.
    BEAVERHEAD-DEERLODGE NATIONAL FOREST - Tie-Johnson Fence
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Tie-Johnson Fence project located in the Wisdom Ranger District of the Beaverhead-Deerlodge National Forest in Montana. The contract requires the removal of existing fencing and the construction of a new 4-wire fence, including the clearing of brush and debris along the fence line, with a performance period set from June 1, 2025, to September 30, 2025. This project is crucial for managing and rehabilitating natural resources, ensuring wildlife-friendly fencing, and maintaining the integrity of the forest ecosystem. The estimated contract value ranges between $100,000 and $250,000, and interested contractors must submit their proposals within 10 calendar days following the award notification. For further inquiries, contact Alisha Knaub at alisha.knaub@usda.gov or call 406-438-2981.
    Building 25 Window Replacement Design-Bid-Build Project
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking qualified construction firms for a Design-Bid-Build (DBB) project focused on replacing windows at Building 25 of the Denver Federal Center in Lakewood, Colorado. The project aims to enhance energy efficiency by replacing approximately 4,000 to 6,000 square feet of existing window units with a minimum of a 3-pane system that incorporates Low Embodied Carbon materials, as mandated by the Inflation Reduction Act. Building 25 serves as a significant office and laboratory space, and the successful contractor will need to demonstrate experience in curtain wall and window replacement, while also providing a capability statement detailing relevant past projects and strategies to minimize construction disruption. The estimated construction cost ranges from $5 million to $10 million, with responses due by October 3, 2024, and contract awards anticipated in October 2025. Interested firms can contact Jamie Potter at jamie.potter@gsa.gov or by phone at 303-588-9153 for further information.