WV-OHIO RIVER ISLAND NWR-ROOF SHINGLE REPLACEMENT
ID: 140FC225Q0019Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The U.S. Fish and Wildlife Service is soliciting bids for the replacement of roof shingles on the Middle Island Shop building located at the Ohio River Islands National Wildlife Refuge in Williamstown, WV. This project involves the removal and replacement of approximately 6,900 square feet of roofing materials, necessitated by the current asphalt shingles exceeding their 30-year lifespan, to ensure the building's structural integrity and prevent water damage. The contract, valued between $25,000 and $100,000, is a total small business set-aside and emphasizes compliance with federal regulations, including the Davis-Bacon Act and the "Buy American" Act. Interested contractors must submit sealed bids by the specified deadline, with a mandatory site visit required, and the project is scheduled to commence between May 1 and September 15, 2025. For further inquiries, potential bidders can contact Christa Garrigas at christa_garrigas@fws.gov or by phone at 325-261-4143.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 7:22 PM UTC
The U.S. Fish and Wildlife Service has outlined a Statement of Work (SOW) for the replacement of roof shingles on the Middle Island Shop building at Ohio River Islands National Wildlife Refuge. The current asphalt shingles, exceeding their 30-year lifespan, necessitate removal and replacement to ensure the building's structural integrity and prevent water damage. The project involves replacing approximately 6,900 sq. ft. of roofing materials with new shingles and underlayment, slated to commence between May 1 and September 15, 2025. Responsibilities include disposal of demolished materials, maintaining site access, and adhering to safety regulations. The contractor must provide a detailed proposal, including cost estimates and a project timeline, and submit monthly status reports to the contracting officer. The contract is a firm, fixed-price agreement, with key personnel required for oversight. This SOW emphasizes the commitment to maintaining government properties while ensuring compliance with federal and state regulations, illustrating a proactive approach to facility maintenance and safety.
Mar 26, 2025, 7:22 PM UTC
The document appears to be corrupted or unreadable, making it impossible to extract coherent information regarding government RFPs, federal grants, or state and local RFPs. Consequently, due to the lack of identifiable content or structure in the text, a summary cannot be accurately provided. The original content may have included varying topics on funding opportunities, applications, programs, or related regulations, but the current state of the file renders these insights inaccessible. Therefore, further examination or retrieval of a clearer version of the document is recommended to facilitate an accurate assessment and summary.
Mar 26, 2025, 7:22 PM UTC
The document is a solicitation for bids (RFP) from the Federal Government for a construction project involving the roof shingle replacement of the Middle Island Shop Building in Williamstown, WV. The work, valued between $25,000 and $100,000, requires potential contractors to submit sealed bids by a specified deadline, with public opening to follow. Key details include requirements for performance and payment bonds, a mandatory site visit date, and a deadline for questions regarding the bid. The project timeline is set from May 1, 2025, to September 15, 2025, with specific guidelines for environmental regulations and labor standards, emphasizing compliance with the Davis-Bacon Act and other federally mandated clauses. The contractor must adhere to the "Buy American" Act, prioritizing domestic materials, and address any hazardous materials discovered during the project. Essential clauses for payment processes, environmental impact, and special contract requirements ensure contractor accountability and compliance throughout the duration of the contract, highlighting the government’s commitment to safety, environmental standards, and local workforce engagement.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Z--Replace Roof and Gutter - CNHP
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvingartrell@nps.gov.
Replace Roof at Ballard House and Smokehouse Colon
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting bids for a federal contract to replace the roofs of the historic Ballard House and Smokehouse at Colonial National Historical Park in Yorktown, Virginia. The project entails the removal of approximately 3,400 square feet of existing cedar shake shingles, addressing any underlying structural damage, and installing new roofing materials, all while adhering to strict quality assurance and safety regulations. This initiative underscores the federal commitment to preserving historical structures and ensuring compliance with environmental standards. Interested contractors must submit their offers electronically, with an estimated project cost between $25,000 and $100,000, and work is expected to commence within ten days of the notice to proceed, completing within 204 days. For further inquiries, contact Melvin Gartrell at melvingartrell@nps.gov.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
Replace Headquarters Roof
Buyer not available
The Department of the Interior, specifically the National Park Service, is seeking contractors for the replacement of the headquarters roof at Cedar Creek and Belle Grove National Historic Park. This project involves the removal and replacement of an asphalt shingle roof system, requiring contractors to provide all necessary labor, supervision, materials, and equipment for completion. The initiative underscores the government's commitment to preserving national historic sites while ensuring compliance with regulatory standards and maintaining quality in construction services. Interested contractors should note that the performance period is scheduled from June 10 to July 10, 2025, with work expected to commence within five calendar days of receiving a notice to proceed. For further inquiries, contractors can contact Melvin Gartrell at melvingartrell@nps.gov.
SD-LAKE ANDES NWR-REPL QUARTERS FLOORING
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for a Firm Fixed Price Construction contract to demolish and install new flooring at the Lake Andes National Wildlife Refuge in South Dakota. The project involves approximately 1,722 square feet of flooring replacement, requiring contractors to provide all necessary labor, materials, and equipment while adhering to safety regulations and environmental guidelines. This initiative is part of the government's commitment to enhancing residential facilities for employees at wildlife refuges, with a total budget estimated between $10,000 and $25,000. Interested small businesses must submit their proposals by the specified deadline and can contact Nicole Johnson at nicolecjohnson@fws.gov or 571-547-3470 for further information.
APPRAISAL for WBG_149thAveNE Property
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for a firm-fixed price contract for appraisal services related to the WBG149thAveNE Property, as outlined in solicitation number 140F1S25Q0037. The procurement is specifically aimed at small businesses under NAICS code 531320, requiring bidders to demonstrate technical and geographic competency, as well as provide evidence of state certification and relevant experience in real estate appraisals. This opportunity underscores the FWS's commitment to responsible stewardship and fiscal responsibility in managing public resources, with a performance period set from May 7, 2025, to October 16, 2025. Interested offerors must submit their bids electronically by April 30, 2025, and direct any technical questions to Solmaz Salih at solmazsalih@fws.gov by April 28, 2025.
NV-ASH MEADOWS NWR-ROAD REPAIR PROJECT
Buyer not available
The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the NV-Ash Meadows National Wildlife Refuge Road Repair Project in Nevada. This project requires the procurement of 1,500 tons of ¾” gravel to repair road damage caused by flooding from tropical storm Hilary, with specific quality and delivery requirements outlined in the Request for Quotation (RFQ). The initiative is crucial for maintaining safe access within the refuge and ensuring compliance with government standards, including sustainability practices and environmental regulations. Interested small businesses must submit their bids by April 30, 2025, and are encouraged to contact Kathryn Coltran at kathryncoltran@fws.gov for further information.
OR-BASKETT SLOUGH NWR-CACKLER BRIDGE
Buyer not available
The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the design and construction of the Cackler Marsh Bridge at Baskett Slough National Wildlife Refuge in Dallas, Oregon. Contractors are required to submit sealed bids for a firm fixed-price construction contract, which includes providing all necessary labor, materials, and supervision to fulfill the project's specifications and drawings. This infrastructure project is significant for enhancing access and conservation efforts within the refuge, with a contract value estimated between $500,000 and $1 million, and work expected to commence on June 12, 2025, and conclude by December 31, 2026. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov and ensure compliance with all outlined requirements, including securing performance and payment bonds.
Y--PARKER SERVICE STATION ROOF REHAB
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking a contractor for the rehabilitation of the roof at the Parker Service Station. The project entails the demolition of the existing roof, installation of new trusses, and application of a standing seam metal roof, with necessary asbestos abatement in specific areas being managed by a certified contractor. This procurement is categorized as a total small business set aside under NAICS code 238160, with an estimated budget between $25,000 and $100,000, and a fixed-price contract will be awarded based on the lowest price technically acceptable method. Interested parties should note that a Request for Proposal (RFP) is expected to be issued around April 28, 2025, and must register on SAM.gov for notifications and submission instructions; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
FCI Marion - Replace SPC & FCI Roofs
Buyer not available
The Department of Justice, through the Federal Bureau of Prisons, is soliciting bids for a firm-fixed-price construction contract to replace the roofs at the Federal Correctional Institution (FCI) in Marion, Illinois. The project involves the installation of a new roofing system, including the removal of existing failing roofs and the installation of a reinforced TPO membrane and metal roofing, with all associated labor, materials, and equipment provided by the contractor. This opportunity is significant for small businesses in the roofing industry, with an estimated contract value between $5 million and $10 million, and bids are due electronically by May 28, 2025. Interested bidders must register in the System for Award Management (SAM) and may contact Kevin Slone at kslone@bop.gov or 202-578-8617 for further information.