Replacement of Roofing and Siding; and Paint Building 42
ID: 12405B25R0009Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS SEA AAO ACQ/PER PROPSTONEVILLE, MS, 38776, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF LABORATORIES AND CLINICS (Z1DB)

Set Aside

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

    The U.S. Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking bids for the replacement of roofing, siding, and painting of Building 42 at its facility in Starkville, Mississippi. The project aims to enhance the infrastructure of the facility and is set aside for small businesses, with an estimated cost ranging from $100,000 to $250,000. Contractors will be responsible for managing all aspects of the project, including labor and materials, while adhering to federal regulations and safety standards. Interested bidders must submit sealed bids by the specified deadline, and work is expected to commence following award notification, with a performance period from February 1, 2025, to April 30, 2025. For further inquiries, Lynn Hults can be contacted at lynn.hults@usda.gov or by phone at 912-464-9723.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation seeks bids for the replacement of roofing, siding, and painting of Building 42 at the USDA Agricultural Research Service (ARS) Facility in Starkville, Mississippi. The project aims to enhance the facility's infrastructure and is set aside for small businesses, with the applicable NAICS code being 238160 for roofing contractors. The estimated cost of the project is between $100,000 and $250,000, with work expected to begin after award notification and proceed within a specified timeframe. Bidders must provide performance and payment bonds, and offers are subject to stringent requirements including registration with Systems for Awards Management (SAM). The deadline for submitting sealed bids is indicated, and public opening of bids will occur in accordance with federal regulations. The contractor must ensure that all project specifications are met within the designated performance period, which spans from February 1, 2025, to April 30, 2025. Overall, this solicitation reflects the government’s initiative to maintain and improve its facilities while promoting small business participation.
    The U.S. Department of Agriculture's Agricultural Research Service requires contractors to submit a Construction Progress and Payment Schedule using Form ARS-371 within 14 calendar days of receiving a Notice to Proceed. This form details various aspects of the construction project, including contract number, project amount, starting and completion dates, and contractor information. It mandates completing a breakdown of work branches in terms of dollar value and their respective percentage of total project work. The contractors must also indicate estimated start and completion dates for each branch, ensuring the final completion date aligns with the overall project timeline. The form must be signed by the contractor and approved by the Contracting Officer, with the approved copy returned for the contractor's records. This document is essential for tracking project progress and managing payment requests, ensuring financial accountability in federal projects and alignment with best practices in contracting.
    The document outlines the process for a contractor's request for payment related to a federal contract. It includes fields for essential financial information, such as the original contract amount, change orders, total adjusted contract prices, work completed, stored materials, and the net amount owed to the contractor. The certification section requires the contractor's authorized representative to affirm that the requested payments comply with contract terms and that all previous subcontractor payments have been remitted appropriately. Additional signatures from project managers and other relevant authorities are needed to recommend and concur with the payment request. This form ensures transparency and accountability in the disbursement of funds for government contracts, reinforcing adherence to legal and contractual obligations. The structure of the document allows for clear tracking of financial progress, ensuring that all relevant parties are aware of the payment process and compliance requirements.
    The solicitation 12405B25R0004 is a federal request for proposals aimed at obtaining construction services to replace roofing, siding, and paint on a designated building. The contractor is required to manage all aspects of the project, including labor, materials, and compliance with applicable regulations within a 90-day performance period. The document outlines specifications for obtaining necessary permits, managing work schedules, and maintaining workplace safety in compliance with OSHA standards. Key responsibilities include notification procedures for any utility outages, managing employee conduct, and maintaining accurate work records. Contractors must provide qualified personnel, abide by environmental guidelines, and ensure insurance coverage for various liabilities. Documentation and reporting requirements are emphasized, such as submitting as-built drawings and detailed invoices, while a variety of clauses from the Federal Acquisition Regulation outline contractor obligations and rights. The solicitation highlights the emphasis on biobased products and energy efficiency, reflecting broader federal procurement priorities. Overall, this document serves to ensure that contractors understand the scope of work, compliance requirements, and administrative protocols necessary to successfully complete the construction project.
    The Statement of Work outlines a project for the replacement of roofing, siding, and painting of Building 42 at USDA-ARS in Starkville, Mississippi. The project requires contractors to provide a technical proposal, cost proposal, and references to complete the installation of a Durolast PVC roofing membrane or an equivalent product, along with new James Hardie siding and trim. Bidders are encouraged to attend a site visit on January 8, 2025, to assess current conditions. Key responsibilities for the contractor include verifying dimensions, managing waste, and ensuring safety measures are in place. The contractor must submit all material specifications for approval and adhere to a tight timeline, ideally completing the project within 90 days of receiving the notice to proceed. The document emphasizes the importance of using bio-based products and maintaining operational continuity for the USDA facility during construction. Overall, this file serves as a federal request for proposals (RFP), detailing requirements, responsibilities, and guidelines to ensure the successful execution of a critical maintenance project while adhering to federal standards and environmental considerations. The complexity of the project reflects a commitment to quality and regulatory compliance in government-funded works.
    The document outlines the General Decision Number MS20240045 concerning building construction projects in multiple counties in Mississippi, effective from November 15, 2024. It specifies that projects under the Davis-Bacon Act must comply with minimum wage rates per Executive Orders 14026 and 13658. Contracts initiated or renewed after January 30, 2022, require workers to be paid at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, mandate a minimum of $12.90 per hour. It lists prevailing wage rates for various construction roles, highlighting specific rates for electricians, ironworkers, plumbers, and other trades. Additionally, it discusses procedures for wage determination appeals and the classification of wage rates (union, survey, and state-adopted). The document emphasizes compliance requirements for contractors regarding worker protections, including paid sick leave under Executive Order 13706 for federal contracts awarded after January 1, 2017. This information is critical for contractors involved in federal and state construction projects to ensure they meet wage standards and legal obligations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Replace Roof FCI Low I- Yazoo City, MS
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace the roof at the Federal Correctional Institution (FCI) Low I in Yazoo City, Mississippi. The project involves the replacement of a flat roofing system covering approximately 21,500 square feet on a building that houses safety, personal services, and vocational training facilities. This infrastructure upgrade is critical for maintaining the operational integrity of the correctional facility, with an estimated project value between $500,000 and $1,000,000. Interested small businesses must submit their bids electronically by March 12, 2025, and can contact Alex Jackson at a4jackson@bop.gov or 202-578-9940 for further information.
    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.
    Construction of Sugarcane Greenhouses - USDA, ARS, Southeast Area, Houma, LA
    Buyer not available
    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking contractors for the construction of sugarcane greenhouses in Houma, Louisiana. The project requires the contractor to provide all necessary labor, materials, and supplies while adhering to local, state, and federal regulations, as well as ARS Facilities and Design Standards. This initiative is crucial for advancing agricultural research and development, particularly in the field of sugarcane cultivation. Interested parties should contact Shalunda Mix at shalunda.mix@usda.gov for further details, as this opportunity is set aside for small businesses under the SBA guidelines, with the presolicitation notice indicating a focus on quality work and safety standards throughout the project lifecycle.
    AMD 0001 GRO Multiple Building Roof Replacement
    Buyer not available
    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.
    B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting bids for the renovation of the GPO and roof replacement at the Stennis Space Center in Mississippi. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. The work is critical for maintaining the operational integrity of the facilities at the Space Center, ensuring they meet current standards and requirements. Interested contractors can reach out to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571, or Chanda Strenth at CHANDA.D.STRENTH@USACE.ARMY.MIL, 251-441-5595 for further details.
    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.
    Gulf Islands National Seashore
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the Gulf Islands National Seashore Project MS NP GUIS 15(4) in Jackson County, Mississippi. The project entails the construction of paved shoulders, boardwalks, and the replacement of culverts and guardrails, with an estimated total cost ranging from $5,000,000 to $10,000,000. This initiative is crucial for enhancing infrastructure and accessibility within the national seashore area. Bid documents are anticipated to be available around February 17, 2025, and interested parties should register in the System for Award Management (SAM) to submit offers and receive payments. For inquiries, contact Emily McCleary or C. Shawn Long at EFLHD.Contracts@dot.gov.
    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 the renovation of roofs on FSA Buildings 283 and 300 at the Federal Correctional Institution in Big Spring, Texas. This project requires contractors to provide all necessary materials, labor, and equipment, with a firm fixed-price bid expected to fall between $1,000,000 and $5,000,000. The work must commence within 10 days of receiving the notice to proceed and be completed within 217 days, adhering to strict federal guidelines and safety protocols due to the nature of the correctional facility. Interested small businesses must submit their bids electronically by March 31, 2025, at 11:00 AM PST, and are encouraged to attend a pre-bid conference on March 5, 2025, which requires a criminal history check for entry. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Remove the existing asphalt shingle roof and install a new metal roof on the ASR storage building roof
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to remove the existing asphalt shingle roof and install a new 26-gauge metal roof on the Airport Surveillance Radar (ASR) storage building located at Bangor International Airport in Maine. The project requires adherence to safety regulations, including compliance with Davis-Bacon Wage Rates and OSHA standards, while ensuring operational continuity for radar systems during construction. This initiative is crucial for maintaining infrastructure integral to the National Airspace System, with an estimated project cost ranging from $50,000 to $100,000 and a performance period of 30 calendar days upon receiving the notice to proceed. Interested contractors must RSVP for a mandatory site visit scheduled for February 19, 2025, and can contact Joel Scott at joel.e.scott@faa.gov or 405-954-8321 for further details.
    Trimmer & Auberry Station and Work Center
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the construction of the Trimmer & Auberry Station and Work Center in Sanger, California. This project, categorized under NAICS code 236220 for Commercial and Institutional Building Construction, aims to enhance facilities at the Sierra National Forest, specifically focusing on the Trimmer Work Center Barracks Phase 2. The total estimated value of the contract exceeds $10 million, highlighting its significance in supporting federal disaster recovery and construction efforts. Interested contractors should note that the deadline for submitting Requests for Information (RFIs) has been extended to February 18, 2025, with proposals due by March 11, 2025. For further inquiries, potential bidders can contact Matthew Killian at matthew.killian@usda.gov.