Roof Replacement - MD
ID: 140FC225R0007Type: Combined Synopsis/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

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

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

    The U.S. Fish and Wildlife Service is soliciting proposals for a roof replacement project at the Blackwater National Wildlife Refuge in Cambridge, MD, specifically targeting small businesses, including Native American-owned companies. The project involves replacing the existing shingled roof with a 24-gauge standing seam metal roof that meets FEMA specifications for hurricane wind zones, with a performance period of five months. This initiative underscores the government's commitment to resilient infrastructure and compliance with safety and environmental standards. Proposals are due by April 2, 2025, following a mandatory site visit on March 19, 2025, with a budget range of $250,000 to $500,000. Interested contractors should contact Christine Beauregard at Christine_Beauregard@fws.gov or call 413-253-8232 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The government seeks a contractor to replace the shingled roof of the Blackwater National Wildlife Refuge Visitor Center with a 24-gauge standing seam metal roof, compliant with FEMA specifications for a 150-mph hurricane wind zone. The scope includes removing the existing roof, assessing the subsurface, and installing the new roofing system properly. Responsibilities involve ensuring the integrity of the roof structure, following safety protocols in line with OSHA standards, and providing necessary materials and tools. The contractor must secure all permits, dispose of waste responsibly, and adhere to project timelines and acceptance criteria outlined for quality assurance. The final product must ensure all penetrations and wall transitions are appropriately sealed, and site safety must be prioritized throughout the process. This project highlights the government's focus on resilient infrastructure capable of withstanding severe weather, aligning with federal and local compliance mandates.
    This government document outlines the Request for Proposal (RFP) for a roof replacement project at the Blackwater National Wildlife Refuge in Cambridge, MD. Bidders are encouraged to thoroughly review all relevant forms, wage rates, and the project's scope before submitting proposals. The contract will be awarded based on the best value of complete bids, as bidders must provide quotes for all specified items—incomplete submissions will be disqualified. The main bid items include the removal and inspection of the existing roof and the installation of a new metal roof, both quoted as lump sums. Additionally, bidders are required to detail costs for various roofing components, such as sheeting, flashing, and miscellaneous materials, to assess potential additional requirements post-award. The form also collects vendor information, including a unique entity identifier (UEI) number and signature, ensuring thorough vetting and documentation of interested contractors. The purpose of this RFP is to facilitate the timely renovation of the wildlife refuge while adhering to federal contracting guidelines.
    The document serves as a Past or Present Performance Survey for companies to provide information regarding their contracting experience, particularly with government contracts. It requires companies to furnish essential business details, such as their establishment date, company leadership, and SAM.gov Unique Entity ID. The core sections involve reporting on completed or ongoing contracts by detailing three specific projects, including the contracting agency, contact information, contract numbers, financial amounts, project titles, locations, and the general scope of work. Firms must also indicate their role (prime, joint venture, or subcontractor) and describe any subcontracted work. Additionally, it inquires about the percentage of work completed, contract termination status, and the usage of quality control and safety plans, including any encountered issues and their resolutions. Finally, the document emphasizes certification by a preparer, ensuring accountability and reliability of the provided information. This survey is essential for evaluating a company's past performance, helping government agencies in the decision-making process for future contracting opportunities, and ensuring adherence to quality and safety standards in RFP evaluations.
    The U.S. Fish and Wildlife Service is seeking proposals for a Roof Replacement project at Blackwater National Wildlife Refuge in Cambridge, MD, with a performance period of five months. This Request for Proposal (RFP) is specifically aimed at small businesses, with a focus on Native American-owned companies, governed by the Federal Acquisition Regulation (FAR) Part 13. A mandatory site visit is scheduled for March 19, 2025. Proposals are due by April 2, 2025, with specific evaluation criteria emphasizing past performance and pricing. The project budget ranges from $250,000 to $500,000, requiring bidders to submit proposals via the attached Bid Schedule, including contact information and registration with the System for Award Management (SAM). Additionally, contractors must provide performance and payment bonds, along with proof of insurance. The government maintains the right to assess past performance records and will award the contract based on a combination of price and qualitative evaluation factors. Furthermore, various Federal Acquisition Regulation clauses are incorporated into the proposal requirements, emphasizing compliance with environmental standards and the use of energy-efficient products. This solicitation underlines the government’s commitment to supporting small businesses in public construction projects while ensuring adherence to safety and regulatory standards.
    The document discusses various aspects related to federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It outlines the procedural framework for applying for grants and responding to proposals, emphasizing proper compliance with regulations and guidelines. Furthermore, it delves into the importance of detailed documentation when applying, including the necessity of providing clear project descriptions and aligning proposals with the funding objectives stated in the RFPs. The primary focus lies on ensuring project proposals meet specific federal and local standards while addressing community needs and operational capacity. The document underscores the significance of collaboration among various stakeholders and the incorporation of feedback in project planning processes. Additionally, it touches upon the relevance of financial accountability and transparency in grant management. In summary, the document serves as a guide for entities seeking funding through government RFPs, stressing the value of thorough preparation, compliance with regulatory standards, and effective communication with both federal and local authorities. By adhering to these principles, applicants can maximize their chances of securing funding and contributing positively to community development.
    Lifecycle
    Title
    Type
    Roof Replacement - MD
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    WA-LPO NWR-SIDING PROJECT MATERIALS
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for siding materials as part of the WA-LPO NWR-Siding Project, aimed at re-siding four critical buildings within the Little Pend Oreille National Wildlife Refuge in Colville, WA. The procurement specifically targets small businesses and requires durable steel siding materials that enhance longevity and wildlife resistance for a bunkhouse, fire office, pumphouse, and warehouse, which serve essential functions for staff housing, office space, and equipment storage. Interested vendors must submit detailed quotes, including costs for materials and delivery, by March 7, 2025, with an expected delivery date of April 30, 2025, and compliance with federal regulations is mandatory. For further inquiries, potential bidders can contact Marshall Richard at marshallrichard@fws.gov.
    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 and energy efficiency while ensuring compliance with modern safety standards, including significant renovations such as updating lighting and ventilation systems, replacing bay doors, and improving drainage. This initiative is crucial for maintaining infrastructure at wildlife refuges, thereby supporting operational efficiency and safety. Interested contractors must submit their proposals by April 10, 2025, with a budget range of $250,000 to $500,000, and are encouraged to contact Samantha LaGue at samanthalague@fws.gov for further inquiries.
    QTRS 1010 ROOF REPLACEMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is soliciting proposals for a roof replacement project at Government Quarters 1010 located in Crow Agency, Montana. The project requires a contractor to provide all necessary labor, materials, and equipment for a complete roof replacement, including the installation of metal roofing panels and gutters, while adhering to local labor regulations and BIA policies. This initiative underscores the importance of supporting Indian Small Business Economic Enterprises (ISBEE) and ensuring compliance with federal acquisition clauses, particularly those related to minority participation. Proposals are due by April 9, 2025, and interested contractors can contact Mary King at Mary.King@bia.gov or by phone at 406-247-7941 for further information.
    MD-FWS ESTRN NECK NWR-MOWING/LANDSCAPING
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide mowing and landscaping services at the Eastern Neck National Wildlife Refuge in Maryland. This procurement, designated under the Indian Small Business Economic Enterprise (ISBEE) set-aside, aims to maintain the refuge's grass height below three inches from April to November, with weekly mowing and trimming tasks. The contract, valued at $9.5 million, emphasizes the importance of environmental stewardship and aesthetic maintenance in sensitive areas, while promoting participation from small and Indian businesses in federal contracting. Interested bidders must submit their quotations by March 27, 2025, following a site visit on March 20, 2025, and should contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further details.
    Y--AL-BON SECOUR NWR-REPLACE HDQTRS OFFICE
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for a Firm Fixed Price construction contract to replace the headquarters office at the Bon Secour National Wildlife Refuge in Gulf Shores, Alabama. The project involves constructing a new office and maintenance facility, which includes the installation of telecommunications infrastructure, such as fiber optic connections and CAT 6A cabling, as well as compliance with federal, state, and local regulations. This initiative is crucial for enhancing visitor engagement and supporting wildlife conservation efforts within the refuge. Interested contractors must submit their sealed offers by the specified deadline, with work expected to commence within 10 calendar days of award and complete by September 30, 2025. For further inquiries, potential bidders can contact Ian Young at ianayoung@fws.gov or by phone at 612-713-5214.
    VA-CHINCOTEAGUE Underground Conduit
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the construction of an underground conduit installation project at the Chincoteague National Wildlife Refuge in Virginia. The project, budgeted at less than $25,000, involves trenching approximately 310 feet, installing conduit, and making necessary asphalt repairs, with a contract duration of 14 days scheduled to commence on April 14, 2025, and conclude by April 30, 2025. This initiative underscores the government's commitment to environmental stewardship and compliance with federal regulations, including adherence to wage determinations and the protection of endangered species. Interested contractors must submit sealed bids by the specified deadline and can direct inquiries to Christa Garrigas at christagarrigas@fws.gov or by phone at 325-261-4143.
    Roof Replacement at Little Shell Tribal Health Clinic, Great Falls, Montana
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is soliciting proposals for a roof replacement project at the Little Shell Tribal Health Clinic in Great Falls, Montana. The project involves the removal of the existing roofing system and installation of a new roofing assembly, adhering to specific construction standards and safety protocols, with a focus on minimizing disruption to medical services during the process. This procurement is set aside for small businesses, with an estimated construction cost between $250,000 and $500,000, and proposals are due by March 26, 2025, with a mandatory site visit scheduled for March 6, 2025. Interested contractors can reach out to Joshua Vanskike at Joshua.Vanskike@ihs.gov for further inquiries.
    Replace Camp Roofs- FMC Carswell
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is soliciting bids for the replacement of roofs at the Federal Medical Center Carswell located in Fort Worth, Texas. Contractors are required to provide all necessary materials, labor, and equipment to complete the project within a timeline of 210 calendar days, adhering to federal regulations and safety standards. This project, estimated to cost between $250,000 and $500,000, is designated as a total small business set-aside, emphasizing the government's commitment to utilizing qualified small businesses for federal contracts. Interested bidders must submit their sealed bids by 11:00 AM local time on March 18, 2025, and can contact Patrick Ford at pford@bop.gov for further information.
    FSA Building 283 & 300 Roofs- FCI Big Spring
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for a firm-fixed-price construction contract to replace the roofs of FSA Buildings 283 and 300 at the Federal Correctional Institution in Big Spring, Texas. The project entails the removal of two existing roofs and the installation of a new modified bitumen roofing system, covering approximately 36,841 square feet in total. This opportunity is significant for small businesses in the roofing industry, as it is a 100% small business set-aside with an estimated project value between $1,000,000 and $5,000,000, and a performance period of 217 calendar days from the notice to proceed. Interested contractors must register on SAM.gov and submit their bids electronically by March 31, 2025, at 11:00 AM PST, and are encouraged to contact Patrick Ford at pford@bop.gov for further inquiries.
    CGC OUACHITA ROOFING REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for roofing repairs at the Regional Support Team facility located in Chattanooga, Tennessee. The project involves replacing storm-damaged roofs with high-wind-rated shingles to enhance durability and minimize future repairs, with a contract value estimated between $25,000 and $100,000. This initiative underscores the importance of maintaining operational efficiency and safety at military installations, ensuring compliance with federal regulations throughout the project. Interested small business contractors must submit their bids and are encouraged to visit the site prior to bidding, with a completion timeline of 30 calendar days from the notice to proceed. For further inquiries, contractors can contact Kala Lowe at KALA.M.LOWE@USCG.MIL or Lynn Charles at Lynn.p.charles2@uscg.mil.