AMD 0001 GRO Multiple Building Roof Replacement
ID: 12441925R0003Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC EASTWashington, DC, 202500001, USA

NAICS

Roofing Contractors (238160)

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 bids for the AMD 0001 GRO Multiple Building Roof Replacement project at the Great Onyx Job Corps Civilian Conservation Center in Mammoth Cave, Kentucky. This initiative involves the complete replacement of roofs on four designated buildings, including the Administrative building and two dormitories, with a focus on installing standing seam metal roofs and associated components such as gutters and downspouts. The project is crucial for maintaining the integrity and operational efficiency of the facility, with a budget estimated between $250,000 and $500,000 and a performance period from March 17, 2025, to July 28, 2025. Interested contractors must submit their offers by February 27, 2025, and can direct inquiries to Joe Libbey at joe.libbey@usda.gov or Ian Barnes at Ian.Barnes@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The federal solicitation numbered 12441925R0003 outlines a project titled "GRO Multiple Building Roofs." The aim of this initiative is to undertake roofing work on several buildings, specifically focusing on the installation and renovation of roofs for four distinct structures: Bldg. 1 (Administrative Roof), Bldg. 4 (Raider Dorm Roof and Ceiling), Bldg. 7 (Shirley Dorm Roof and Ceiling), and Bldg. 11 (Ranger Office Roof). Additionally, there is an optional item for sheathing replacement for a specific area. The solicitation specifies that each roofing project has a quantity of one and will be priced as a lump sum (LS). The overall budget for the project appears to be in the planning stages, evident from the lack of specific unit prices and total pricing. This document serves as a request for proposals, indicating the government's ongoing efforts to maintain infrastructure and ensure safety and compliance in public buildings. Contractors are invited to provide detailed bids in response to this solicitation.
    The Great Onyx Job Corps Civilian Conservation Center is soliciting bids for the Multiple Building Roof Replacement project. This initiative entails replacing roofs on four designated buildings, including the Administration and dormitory roofs, located in Mammoth Cave, Kentucky. The contractor is responsible for supplying labor, materials, equipment, and obtaining necessary licenses while adhering to project-specific requirements, scheduling, and safety regulations. Construction works must respect government operations on-site, maintaining accessibility for emergency services while adhering to strict waste disposal and environmental protection measures. The project requires comprehensive coordination, action and informational submittals, and compliance with grant and RFP guidelines. The roof systems include standing seam metal roofing, with particular specifications regarding materials, structural performance, thermal movements, and installation standards. The timeline for major project milestones, such as the pre-construction conference and submission of closeout documents, is outlined. The importance of adhering to manufacturer recommendations and standards emphasizes quality and safety for successful project completion.
    The document outlines the proposed roof replacement project for multiple buildings at the Great Onyx Job Corps Civilian Conservation Center in Edmonson County, Kentucky, scheduled for June 2024. This initiative, spearheaded by the United States Department of Agriculture Forest Service, includes comprehensive plans for roof refurbishment across several structures including the Administrative building, Raider Dormitory, Shirley Dormitory, and Ranger Office. Key activities involve the removal of existing asphalt shingles and installation of a new standing seam metal roof, encompassing new fascia, gutters, and downspouts which require prior approval from the Contracting Officer's Representative (COR). Contractors are directed to conduct thorough inspections of the current roofing conditions and existing structures, ensuring all necessary materials adhere to established guidelines. General notes emphasize the importance of field verification for existing site conditions, with an emphasis on compliance and safety measures in implementation. The document's structure consists of detailed plans, diagrams, and general notes to guide contractors throughout the project, aligning with federal standards for maintenance and construction. This project represents a significant investment in facility integrity and aims to enhance operational efficiency at the facility.
    The document outlines the wage determination for building construction projects in Allen, Butler, Edmonson, and Warren Counties, Kentucky, under General Decision Number KY20240099, effective from September 20, 2024. It emphasizes compliance with the Davis-Bacon Act, requiring contractors to pay minimum wage rates as specified by Executive Orders 14026 and 13658, depending on the contract date and renewal status. The minimum wage for covered workers is set at $17.20 per hour for contracts entered on or after January 30, 2022, while contracts awarded between January 1, 2015, and January 29, 2022, require a wage of $12.90 per hour. The document lists various construction classifications with their corresponding wage rates and fringe benefits, detailing pay for roles like electricians, plumbers, and laborers. It also outlines the process for addressing appeals regarding wage determinations and highlights additional compliance measures, including paid sick leave for federal contractors. This wage determination aims to ensure fair compensation for labor in public construction projects, reinforcing federal regulatory standards in workforce treatment and pay equity. Overall, it serves as a critical guideline for contractors navigating federal requirements in Kentucky.
    The document addresses inquiries stemming from a site visit related to a roofing and siding project at various dormitory and administrative buildings. It clarifies specifications for materials and methods, such as requirements for metal roofing panels, siding installation options, gutter specifications, and snow guard placements. Responses indicate a preference for replacing existing gutters instead of adding new ones, and confirm that areas of water damage must be repaired as specified in the project plans. The contractor will be responsible for assessing and verifying the specific scope of work on-site. Additionally, the document outlines procedures for removing, storing, and reinstalling existing satellite dishes during construction. It emphasizes safety measures, including temporary barriers and protection for occupied spaces, confirming that a single contractor's representative can perform multiple supervisory roles. The guidelines adhere to federal procurement processes, ensuring compliance with FAR payment regulations and project specifications, illustrating the importance of detailed contractor coordination and adherence to materials and safety standards. Overall, the document is essential for guiding contractors in fulfilling the project's requirements efficiently.
    This document details the Davis-Bacon Act Wage Determination for building construction projects in Allen, Butler, Edmonson, and Warren Counties, Kentucky, effective September 20, 2024. It outlines the minimum wage requirements for contractors, specifying rates based on Executive Orders 14026 and 13658, which mandate hourly wages starting from $17.20 to $12.90, depending on the contract’s award date. The document lists prevailing wage rates for various labor classifications, including boilermakers, electricians, power equipment operators, laborers, plumbers, and roofers, detailing specific hourly rates and fringe benefits. Additionally, it touches on worker rights like paid sick leave under EO 13706 and the appeals process for wage determinations within the Department of Labor. This wage determination is pertinent for federal contracts impacting labor costs and compliance in Kentucky, establishing a structured pay scale to ensure fair compensation in federally funded construction jobs.
    The document outlines a Request for Proposals (RFP) for a comprehensive roof replacement project at the Great Onyx Job Corps Civilian Conservation Center in Edmonson County, Kentucky. The initiative, scheduled for June 2024, involves the replacement of roofs on multiple buildings, including the Administrative Building, Raider Dormitory, Shirley Dormitory, and Ranger Building. Key deliverables include the installation of new standing seam metal roofs, replacement of underlayments, gutters, downspouts, and vents, as well as necessary ceiling repairs. The contractor must conduct thorough site assessments to verify existing conditions and determine the extent of work needed, particularly concerning under-deck sheathing and flashings. Special attention is advised in coordinating downspout placements and ensuring proper flashing around roof penetrations. The project emphasizes adherence to safety standards and compliance with federal regulations. Ultimately, this RFP showcases the government's commitment to maintaining infrastructure integrity and enhancing the facilities at the Job Corps Center, thereby supporting its mission in workforce development and conservation efforts.
    The document outlines the requirements for a Multiple Building Roof Replacement project at the Great Onyx Job Corps Civilian Conservation Center in Mammoth Cave, Kentucky. The contractor is responsible for all aspects of the work, including labor, materials, and equipment for replacing roofs on multiple buildings. The project will take place during regular business hours and must avoid disrupting the government’s daily operations. Key elements include detailed specifications for each roof section, such as the Administration Roof and various dorm roofs, including the removal of existing materials and installation of new roofing systems with specified colors and finishes. Work restrictions, safety protocols, and construction waste management are also outlined, ensuring compliance with environmental regulations. The document further specifies submission protocols, project scheduling, and the procedures for closeout documentation. It emphasizes the importance of protecting existing structures and maintaining clear access throughout the project. The thorough guidelines aim to facilitate a seamless execution of roofing replacements, ultimately contributing to improved facilities and operational efficiency at the Job Corps Center.
    The document outlines a schedule for roofing projects at various buildings as part of the GRO Multiple Building Roofs initiative, scheduled for completion by August 8, 2024. It includes a list of base items requiring roof repairs for specific buildings: Building 1 (Administrative Roof), Building 4 (Raider Dorm), Building 7 (Shirley Dorm), and Building 11 (Ranger Office), each specified as a lump sum (LS) with a quantity of one for each project. An additional optional item for sheathing replacement is also included, demonstrating the potential to address further structural requirements. The summary underscores a systematic approach to facility maintenance through targeted repair initiatives, which align with expected standards in federal RFPs and grants aimed at preserving infrastructure and ensuring safety. The focus on both base and optional items indicates a comprehensive strategy to address immediate and potential future needs for the facilities in question.
    The solicitation titled "Great Onyx Multiple Building Roof Replacements" is issued by the USDA Forest Service, seeking bids for construction work across several buildings at the Great Onyx Job Corps Center in Mammoth Cave, Kentucky. This project entails replacing roofs for specified buildings, requiring the selected contractor to provide all necessary labor, materials, and services. The budget for the project is estimated between $250,000 and $500,000, with a performance period set from February 28, 2025, to July 14, 2025. The contract will be awarded under the Lowest Priced Technically Acceptable (LPTA) methodology, emphasizing the importance of site inspections prior to submitting offers. The solicitation mandates the provision of bid guarantees and requires performance and payment bonds, following federal regulations to ensure compliance and security. Moreover, the project is a total small business set-aside, encouraging participation from small businesses. Key aspects include a scheduled site visit for potential bidders, mandatory insurance coverage for contractors, and adherence to the Buy American statute, promoting the use of domestically sourced construction materials. The document includes detailed requirements for contractors' proposals, including bonding, insurance, and compliance with labor standards.
    This document is an amendment to a previously issued solicitation by the USDA Forest Service, numbered 12441925R0003, regarding a project titled GRO Multi Roofs. The amendment extends the deadline for offers to February 27, 2025, at 2 PM Eastern Time and provides additional information including a Site Visit Sign-in Sheet and responses to vendor questions. The period of performance for the contract is set from March 17, 2025, to July 28, 2025. It outlines the need for contractors to acknowledge receipt of the amendment to avoid rejection of their offers and describes the procedures for modifying previously submitted offers. The amendment ensures that all original terms and conditions remain effective, reinforcing the administrative changes made under the authority of the Federal Acquisition Regulation. Overall, the document serves to clarify the solicitation and facilitate vendor participation in the procurement process for upcoming projects by the agency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lagoon Aeration
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geological concerns identified in previous assessments, including karst features and internal erosion risks. The modifications are essential for maintaining effective water management and flood control, reflecting the government's commitment to infrastructure resilience. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details, with proposals due by April 18, 2025, and an estimated contract value between $250 million and $500 million.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The contract will be awarded as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a total estimated budget of $47 million, covering a base period through December 31, 2025, and extending through multiple option years until December 2029. This procurement is crucial for maintaining public recreational areas and ensuring compliance with federal, state, and local regulations while promoting the hiring of U.S. veterans. Interested parties must submit their quotes electronically by March 3, 2025, and can contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or 502-315-6463 for further information.
    Shake Creek Guard Station Siding Replacement
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for the Shake Creek Guard Station Siding Replacement project in Idaho. The project involves rehabilitating the siding of several historic buildings, which includes cleaning, repairing, and potentially replacing siding while ensuring compliance with safety regulations and maintaining historical integrity. This initiative is crucial for preserving the structures listed on the National Register of Historic Places and involves managing hazardous materials, particularly lead-based paint. The estimated budget for the project ranges between $100,000 and $250,000, with a site visit scheduled for November 5, 2024, and an anticipated solicitation release in February/March 2025. Interested vendors should contact Braidy Richins at Braidy.Richins@usda.gov or 208-423-7545 for further details.
    MATOC Contractors Only - Repair for Covington Emergency Levee Amendment 0001
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the repair of the Covington Emergency Levee in Kentucky under a Multiple Award Task Order Contract (MATOC). The project aims to address critical design and construction needs for slope stabilization and outlet repair, ensuring the levee's structural integrity to protect approximately 6,600 residents from flooding risks. This initiative is vital for maintaining infrastructure resilience in flood-prone areas, with proposals due by March 10, 2025, following an extension from the original deadline. Interested contractors should direct inquiries to Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil, and must comply with all specified requirements, including submission protocols and bonding conditions.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes essential tasks such as asbestos removal and site grading, with an estimated construction cost ranging from $100,000 to $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to begin work within 14 days of receiving a notice to proceed and complete the project within 90 days, adhering to safety and environmental regulations throughout the process. Interested bidders must submit their quotes by March 7, 2025, and are encouraged to attend a site visit on February 26, 2025, at 10 a.m. central time, with further inquiries directed to Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil.
    Renovations to Garage Building Project C (Adams, OR)
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for renovations to the Garage Building Project C located at the Columbia Basin Agriculture site in Pendleton, Oregon. The project aims to upgrade the facility by partitioning and insulating sections, adding storage and environmental chambers, and enhancing HVAC systems, all while adhering to federal safety and environmental regulations. This renovation is crucial for improving the operational capabilities of the research center, ensuring compliance with modern standards and sustainability practices. Proposals are due by 12:00 PM PST on February 28, 2025, and interested contractors should contact Spencer Hamilton at spencer.hamilton@usda.gov for further details. The estimated budget for the project ranges between $100,000 and $250,000.
    Nolin cleaning Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for a janitorial services contract for the Nolin River Lake Project Office in Kentucky. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $22 million, is set aside for small businesses under NAICS code 561720 and will cover cleaning and maintenance services across various recreational areas, including restrooms, picnic shelters, and playgrounds. The contract's base year is scheduled from April 1, 2025, to March 31, 2026, with options for three additional one-year extensions, and interested contractors must submit their quotes electronically by February 25, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.