Phase 2 - 0412 GAOA 4FL Forest Housing Deferred Maintenance
ID: 1240LT24R0064 Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Phase 2 - 0412 GAOA 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho. This project aims to address significant deferred maintenance needs for housing units within the Payette National Forest, focusing on critical upgrades such as HVAC system improvements, attic insulation, and extensive roof and window replacements across various facilities. The initiative is vital for enhancing living conditions and operational efficiency in federal housing, ensuring compliance with energy efficiency standards and environmental regulations. Interested contractors must submit their proposals by September 9, 2024, with a project budget estimated between $500,000 and $1,000,000. For further inquiries, contact Brenda Simmons at brenda.simmons@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation for proposals (RFP) by the U.S. Department of Agriculture (USDA) for the construction, alteration, or repair of housing within the Payette National Forest, specifically addressing deferred maintenance for various facilities. The key requirement includes upgrading HVAC systems, insulation, and replacing roofs and windows across multiple sites. A mandatory site visit is scheduled for August 27, 2024, and offers must be submitted by September 9, 2024. The proposal will be evaluated based on factors such as past performance, relevant experience, technical approach, and price. The range of the construction project is estimated between $500,000 and $1,000,000. Offerors must provide performance and payment bonds, and the government reserves the right to seek clarifying discussions if needed. The project aims to ensure that the housing units can accommodate year-round occupancy while adhering to technical specifications and regulatory compliance. Overall, the solicitation reflects the government's commitment to maintaining its infrastructure and ensuring safe living conditions within its forest service areas through competitive bidding among contractors.
    This document outlines Amendment 0001 to Solicitation No. 1240LT24R0064 related to a construction contract for HVAC and insulation upgrades in Ogden, Utah, specifically for the USDA Forest Service. The amendment updates key information including guidelines for confirming receipt, clarifications on bid requirements (noting a bid bond is not required), and revisions to the Schedule of Items (SOI) based on recent site visits and questions from bidders. Additionally, it specifies the last date for questions as September 6, 2024, with all proposals due by September 9, 2024. The scheduled work period is set for September 30, 2024, to September 29, 2025, with options for various types of housing insulation and HVAC installations. The amendment emphasizes the importance of adhering to submission deadlines and provides responses to stakeholder inquiries concerning project scope, occupancy, phasing, and operational requirements. Overall, the document ensures clarity on modifications made to the solicitation, supporting the contractor's ability to submit informed proposals while maintaining compliance with government procurement processes.
    The document is an amendment to a solicitation issued by USDA-Forest Service for a contract, denoted as amendment 0002, which extends the deadline for submitting proposals to September 18, 2024, at 5:00 PM EST. Offerors are required to acknowledge this amendment through various methods outlined in the document to avoid rejection of their offers. The document details that the period of performance for the contract will be from September 30, 2024, to September 29, 2025. The amendment also specifies that all proposals must be submitted electronically to a designated email address and emphasizes the importance of adhering to the new deadline. Failure to comply may result in disqualification. The administrative changes signify adherence to federal procurement regulations, indicating the government’s structured approach to managing contract amendments effectively. This amendment serves to clarify submission requirements and maintain compliance with federal contract management protocols.
    This document outlines a request for proposals (RFP) for various heating, ventilation, and air conditioning (HVAC) and insulation services, including options for additional renovation tasks. The base bid focuses on HVAC and insulation for a daycare facility, while the options include HVAC/insulation for single and two-bed family housing units, a 16-person barracks (Fawn Hall), insulation for Price Valley Barracks, and replacements for roofs and windows. Each item is designated with a quantity of one and a price structure that includes unit prices and total amounts, although these values are currently unspecified. The total amounts for the base bid and optional items are to be calculated upon proposal submission. The overall intent of this RFP is to solicit bids for critical infrastructure upgrades aimed at improving facility conditions across multiple types of housing and service facilities, reflecting a commitment to enhancing living standards and operational efficiency. Proposals will be assessed based on the presented costs and adherence to the scope of work outlined in the file.
    The Forest Housing Deferred Maintenance Phase 2 project, set to commence in July 2024, aims to address significant maintenance needs for housing units within the Payette National Forest, with contracts lasting up to 365 days. Key activities include HVAC upgrades, attic insulation, and extensive roof and window replacements across various facilities such as McCall Family Housing and McCall Barracks Housing. Specific tasks involve installing new heat pump systems, cellulose, and spray foam insulation while adhering to strict energy efficiency standards and warranties. Additional efforts include plumbing upgrades and specialized selective demolition of non-functional facilities. Site conditions and limitations dictate that all work must be coordinated to minimize disruptions for occupants, complying with environmental regulations throughout the construction process. Contractors are required to employ strict waste management protocols, including disposal practices that meet legal standards. The outlined work supports the government's mission to enhance living conditions in federal housing through systematic and efficient maintenance efforts.
    The document outlines a comprehensive renovation project for a daycare facility, focusing on HVAC system upgrades, insulation improvements, plumbing modifications, and exterior enhancements. Key elements of the project include the installation of new ducted heat pumps, with specifications for indoor and outdoor units, and the replacement of existing aluminum windows with fiberglass alternatives. Additional tasks involve removing outdated water heating systems and upgrading to new on-demand water heaters with specified venting, as well as substantial insulation installation to improve energy efficiency, achieving R-60 values. The project also addresses structural changes, including the installation of a new metal roof, and enhancing accessibility features for the porch area. Significant electrical and plumbing work is incorporated, requiring the rerouting of water and propane lines, as well as the removal of obsolete heating systems and circuit breakers. The meticulous details outlined signify adherence to building codes and standards, ensuring the renovations will not only enhance operational efficiency but also improve the safety and comfort of the facility's occupants. Overall, the document serves as a foundational guide for contractors responding to the RFP, detailing both the scope of work and project specifications.
    This government RFP outlines comprehensive renovations and upgrades to a building's insulation, roofing, windows, and HVAC systems. The project includes the removal of existing batt insulation and installation of blown-in cellulose insulation to achieve R-60 efficiency. Additionally, the existing metal roof will be replaced with a standing seam metal roofing system, complemented by ice/water shield installation. Key HVAC modifications involve replacing aluminum windows with fiberglass units, rebalancing supply diffusers in various rooms for proper airflow, and installing a new ducted vertical heat pump, including a supplemental heating coil with specified heating and cooling loads. Existing propane lines will be removed and must be tested before the furnace can operate again. The electrical components will be adjusted as needed, including updating circuits and replacing the thermostat for optimal operation of the new heat pump system. Duct cleaning is also set to ensure operational efficiency. This project indicates significant investment in facility modernization and energy efficiency, aligning with government standards for improved environmental performance and safety.
    The document outlines a series of renovation tasks focused on enhancing an existing building's HVAC and roofing systems while improving energy efficiency through window replacement. Key tasks include the installation of outdoor condenser units and wall-mounted air handlers, along with ceiling cassette air handlers to ensure optimal indoor climate control. The project also mandates the replacement of current aluminum windows with fiberglass ones, which are known for better insulation and longevity. Additionally, the document specifies removing the existing metal ribbed roofing and felt paper to install an ice/water shield and new standing seam metal roofing, aimed at improving durability and resistance to weather elements. Furthermore, it includes provisions for adding cellulose insulation to enhance thermal performance. This renovation work aligns with typical federal and local RFPs focused on facility upgrades and sustainability initiatives within government projects.
    The document outlines a detailed scope of work primarily focused on renovations and repairs to a building's plumbing, siding, roofing, and insulation systems. The tasks include removing an electric on-demand water heater, installing new hot water PEX lines, and replacing existing siding with fiber cement and metal panels. Special attention is given to the installation of a clamp-on snow bar system and repairing damaged metal roofing. Additionally, the renovation entails the removal of old insulation in the attic and the installation of R-49 and R-35 rated spray foam insulation to improve energy efficiency. The document also specifies constructing walls in the attic space to facilitate insulation on gable walls. The outlined tasks suggest a comprehensive approach to enhancing both the structural integrity and energy efficiency of the building. This may relate to broader government objectives concerning infrastructure improvement, sustainability standards, and compliance with safety regulations in state or federal RFPs or grants. Overall, the project reflects a commitment to modernize facilities while ensuring adherence to operational guidelines and best practices in construction and renovation.
    The document outlines the General Decision Number ID20240036, pertaining to wage determinations for heavy construction projects in Adams County, Idaho. It emphasizes compliance with the Davis-Bacon Act and applicable Executive Orders regarding minimum wage rates for federal contracts. It specifies different rates for various construction roles, including electricians, power equipment operators, laborers, and truck drivers, along with their respective fringe benefits. Additionally, it describes provisions for travel zone pay and boom pay for cranes and concrete pump boom trucks, along with regulations for unlisted job classifications that may be required for project completion. The document also details the appeals process for wage determinations, delineating the steps for affected parties to seek review from the Wage and Hour Division of the U.S. Department of Labor. Overall, this document serves as a procedural guideline for ensuring fair wage practices in federally funded heavy construction projects in Idaho, focusing on worker protections and compliance with labor standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    0402 GAOA Critical Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The United States Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Critical Housing Deferred Maintenance project at the Boise National Forest in Idaho. This project involves the remodeling of two bunkhouses and a showerhouse at the Garden Valley Work Center, with an estimated construction budget ranging from $500,000 to $1,000,000. The initiative is crucial for maintaining federal housing infrastructure and ensuring compliance with health and safety standards, while also promoting sustainable construction practices. Interested small businesses must submit their proposals by September 17, 2024, at 5:00 PM EST, with all submissions directed to Brenda Simmons at brenda.simmons@usda.gov.
    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.
    Priest Lake Road Maintenance and Heavy Brushing Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Priest Lake Road Maintenance and Heavy Brushing Project in Idaho. This procurement involves approximately 18 miles of heavy brushing and 1.2 miles of roadway excavation, aimed at improving road conditions and maintaining drainage features to ensure safe traffic conditions. The project is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, with a performance period from October 1, 2024, to September 30, 2025. Interested contractors should submit their technical and price proposals, demonstrating compliance with federal regulations, to Shawn Trout at shawn.trout@usda.gov by the specified deadline.
    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.
    Dutch John Bunk House Roof Replacement
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service, is soliciting proposals for the Dutch John Bunk House Roof Replacement project located in Dutch John, Utah. The project requires contractors to provide all necessary materials, labor, and equipment to remove the existing roof and install a new thermoplastic polyolefin (TPO) roofing system, with a budget estimated between $100,000 and $250,000. This procurement is particularly significant as it emphasizes compliance with federal guidelines, including the Buy American Act, and aims to support local economies while ensuring quality and safety standards are met. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.
    Y--Jerseydale Work Center Barracks
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals from certified 8(a) firms for the construction of the Jerseydale Work Center Barracks in California. This project aims to rebuild and expand facilities at the Batterson and Jerseydale Work Centers, which were damaged by the 2020 Creek Fire, and includes the construction of two 6-person barracks and multiple prefabricated metal buildings. The initiative emphasizes sustainability, compliance with federal and state regulations, and the integration of renewable energy standards, with an estimated construction cost between $5 million and $10 million. Interested contractors must submit their proposals by July 26, 2025, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or by phone at 402-657-3092.
    Y--03 - CON - Disaster, Grizzly Flats Guard Station R
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, which aims to enhance firefighting capabilities in the Eldorado National Forest. The project includes constructing an engine garage, four barracks, and essential utility infrastructure, with a strong emphasis on sustainable building practices and backup power solutions due to the area's vulnerability to power outages. This initiative is critical for supporting local firefighting operations and improving community safety, with an estimated construction cost exceeding $10 million. Interested small business contractors must submit their proposals by October 30, 2024, and can direct inquiries to Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.
    CCRD RADON MITIGATION
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a radon mitigation project at two buildings within the Clear Creek Ranger District in Idaho Springs, Colorado. The objective is to install effective radon mitigation systems in response to elevated radon levels detected in January 2024, ensuring that post-installation levels meet acceptable safety standards. This project is crucial for maintaining environmental health and safety in public facilities, particularly given the significant radon levels recorded during testing, which indicated potential health risks. Proposals are due by September 18, 2024, with a total project budget under $25,000. Interested contractors should submit their proposals electronically to Westley Bisson at westley.bisson@usda.gov, and for any inquiries, they may contact Kamber Box at Kamber.Box@usda.gov.
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    San Juan Bridge Campground Road & Spur Deferred Maintenance (GAOA)
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the San Juan Bridge Campground Road & Spur Deferred Maintenance project located in Pagosa Springs, Colorado. The contractor will be responsible for providing all necessary materials, labor, and equipment to complete road resurfacing and campground maintenance, with a project budget estimated between $100,000 and $250,000. This initiative is part of the Great American Outdoors Act, aimed at enhancing public recreational spaces while ensuring compliance with environmental regulations. Interested small businesses must submit their proposals by September 20, 2024, and can direct inquiries to Elizabeth Ratcliff at elizabeth.ratcliff@usda.gov.