Y--Jerseydale Work Center & Batterson Work Center Barracks
ID: 12970224R0032Type: Sources Sought
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC SWWashington, DC, 20250, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS (Y1FZ)
Timeline
    Description

    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the construction of the Jerseydale Work Center Barracks as part of the Batterson & Jerseydale New Construction Project in California. This initiative aims to rebuild and expand facilities that were damaged during the 2020 Creek Fire, focusing on constructing two 6-person barracks and multiple prefabricated metal buildings, while adhering to sustainability and design standards set forth by the Forest Service. The project is crucial for enhancing operational capabilities within the Sierra National Forest and ensuring compliance with environmental regulations. Interested certified 8(a) firms must submit their proposals by October 20, 2024, with an estimated construction budget between $5 million and $10 million. For further inquiries, contact Christopher Keck at christopher.keck@usda.gov or call 402-657-3092.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document details an amendment to solicitation number 12970224R0032 related to the Batterson & Jerseydale New Construction Phase 1 project, managed by the USDA Forest Service. Key updates in the amendment include an extension of the proposal due date to July 26, 2025, and clarifications regarding the submission requirements. Specifically, the 10-page limit for proposals applies only to Section H of the submission. Additionally, the amendment clarifies the official project name for proposals, confirming "Batterson & Jerseydale New Construction." It also states that the Site Superintendent can serve dual roles as the Quality Control Manager and Safety Officer, provided they possess the necessary training. The document stresses the importance of acknowledging this amendment to avoid rejection of proposals. Overall, the amendment aims to facilitate the solicitation process and ensure compliance among interested certified 8(a) firms.
    The Batterson & Jerseydale Construction Project within the Sierra National Forest is a response to facility destruction from the 2020 Creek Fire. The purpose is to expand two Work Centers—Batterson and Jerseydale—by constructing new buildings at the Bass Lake Ranger District. Key components include two 6-person barracks and multiple prefab metal buildings, with specific designs, utility connections, and access improvements. Environmental considerations include adhering to NEPA guidelines, addressing cultural resource protection, and managing invasive species. Development will involve coordination with local authorities and compliance with USDA standards. All designs will meet sustainability goals, incorporate renewable energy, and ensure utility verification. Parking, site access, and amenities such as shaded structures and security systems are included in the plan. Demolition of existing structures at Jerseydale is planned, along with construction of two metal buildings with restrooms and essential infrastructure. A complete geotechnical and civil design will be provided, including fire protection measures. The project ensures the integration of significant resources and efficient designs to support operational needs while preserving environmental integrity. This comprehensive initiative demonstrates the commitment to rebuild and enhance critical infrastructure in the aftermath of natural disaster impacts.
    The US Forest Service's Batterson & Jerseydale New Construction project in Sierra National Forest outlines comprehensive design and construction standards aimed at maximizing sustainability, efficiency, and environmental harmony. Key objectives include adherence to Region 5 aesthetics, conducting a third-party engineering value analysis at the 65% design stage, and ensuring compliance with energy efficiency standards like California's Title 24. The design must promote optimized space usage, utilizing 36-square-foot workstations, while minimizing ecological impacts through native vegetation and durable, low-maintenance materials. Site requirements emphasize preserving natural attributes, efficient stormwater management, and ensuring ADA compliance. A geotechnical assessment is mandated to evaluate risks, such as wildfire and landslides, alongside compliance with local and national building codes and standards. Additionally, the document details mechanical, electrical, and plumbing specifications that enhance operational efficiency and minimize environmental footprints, mandating the use of high-efficiency systems and renewable materials. Overall, this initiative demonstrates the Forest Service's commitment to creating a sustainable facility that aligns with environmental stewardship and government regulations.
    The document is a project manual for the construction of the Batterson & Jerseydale project within the Sierra National Forest. It outlines procedures for price and payment, administrative requirements, quality assurance, temporary facilities, and product requirements essential for the project. The manual specifies the need for a comprehensive quality control plan, detailing responsibilities for monitoring product quality, testing procedures, and the necessity of coordination drawings. It emphasizes the importance of submitting documentation electronically through a Project Management Information System (PMIS), ensuring detailed information about progress and compliance with contract standards. Key sections address the application for progress payments, management of changes in contract scope, submission procedures for product data and shop drawings, and the organization of meetings for project coordination. The manual underscores the need for adherence to environmental and sustainability standards in product selection and management of waste disposal. Overall, this document serves as a structured guide to facilitate compliance and effective project management, crucial for federal client partnerships and the successful completion of the construction project.
    The US Forest Service Region 5 Pacific Southwest has outlined design standard finishes and materials to be utilized in construction projects. The document details the specifications for exterior and interior materials, including roofing, wall panels, windows, doors, cabinets, paints, flooring, and countertops. For exterior finishes, materials such as standing seam snap lock panels, Western reveal panels, and Anderson E Series windows are specified, with a focus on specific colors like Sahara Tan and Sage Green. Interior specifications include paint from Sherwin Williams, sheet vinyl flooring, rubber wall bases, and various countertop materials. The guidance aims to ensure uniformity and quality in construction projects while addressing durability and aesthetic standards consistent with environmental integration. This documentation serves as a key reference for contractors participating in federal government projects, aligning with RFP requirements and facilitating compliance with approved design standards.
    The document outlines the procurement requirements for standard appliances by the U.S. Forest Service Region 5, Pacific Southwest. It specifies the types of appliances needed, which include various models of electric ranges, refrigerators, microwaves, washers, and electric dryers. Notable brands listed are Whirlpool, Frigidaire, and Samsung, with multiple entries for popular models like the Whirlpool WEE750HOHZ electric range and the Whirlpool WRB329DMBB refrigerator. The purpose of this procurement document is to facilitate the acquisition of essential appliances to support operations within the Forest Service. This reflects the agency's commitment to maintaining functional facilities in alignment with federal purchasing protocols, ensuring that appliances meet specific requirements for durability and efficiency. The document serves as an important reference for suppliers interested in responding to federal RFPs related to appliance provision for government use.
    The document outlines an "Appliance and Furnishings Schedule" for Region 5, specifically detailing the required appliances and furnishings for barracks and engine garage facilities. It categorizes various products, including coffee makers, dryers, microwaves, refrigerators, and furniture, specifying manufacturers, model numbers, dimensions, colors, and quantities. Each item is designated for specific rooms, with links to product details from government procurement resources. The schedule also includes furniture like captain's beds, sofas, dining tables, and lockers, emphasizing standardization for living and working spaces in the barracks. The overall purpose is to facilitate procurement through structured listings that comply with federal guidelines while ensuring uniformity across facilities. In conclusion, this schedule serves a strategic function in government RFPs and grants by providing clear specifications for essential equipment and furnishings, thereby streamlining the procurement process for state and local agencies involved in facility management and development.
    The document outlines wage determinations for various construction projects in California, specifically General Decision Number CA20240018, applicable from August 9, 2024. It encompasses building, heavy construction, and highway projects across multiple counties, including Alameda, Fresno, and Santa Clara. The wages stipulated are in accordance with the Davis-Bacon Act, which enforces minimum wage rates on federally funded contracts. Key points include specific pay rates based on jobs (e.g., electricians, carpenters, and heavy equipment operators) along with corresponding fringe benefits. Additionally, the document details the application of Executive Orders regarding wage rates, with a minimum of $17.20 per hour for contracts starting after January 30, 2022. It addresses worker classifications, job responsibilities, and protections under federal law, emphasizing the importance of compliance with regulatory standards for worker pay. This wage determination serves as a guideline for contractors in ensuring fair wages, aligning with federal labor policies in public works projects, vital for the public and workforce welfare.
    The document outlines standards for the design of barracks by the United States Department of Agriculture Forest Service, specifically targeting the Pacific Southwest Region 5. It details the architectural components, construction specifications, and compliance codes for a standard barracks intended for six occupants. The project includes several key drawings: floor plans, reflected ceiling and roof plans, elevations, sections, and details, as well as plumbing, electrical, and mechanical layouts necessary for the proper function and safety of the facility. Specific design features include information on construction materials—such as Structural Insulated Panels (SIPS) and metal siding—and adherence to applicable safety and building codes. Important aspects such as occupancy load considerations, egress width requirements, and area maps are also provided. The document serves as a comprehensive guideline for architects and builders, emphasizing the importance of structuring projects within federal regulations and promoting best practices in building design. Overall, this standard reinforces the agency's commitment to creating safe and functional housing for forest service personnel.
    The document outlines the construction project for the Standard Engine Garage and Barracks under the U.S. Forest Service in the Pacific Southwest Region 5. It provides specifications, including instructions to bidders, requirements for indoor air quality management, rough carpentry standards, structural insulated panels, and solid surface materials. Key highlights include stringent IAQ management during construction, ensuring materials are low in emissions, and adherence to sustainable practices, particularly around VOC limits. Detailed measures for moisture control and product data requirements underscore the focus on environmental safety. The document emphasizes compliance with various codes and standards, reflecting federal and state regulatory considerations. It also mandates that construction methods support environmental and health safety throughout the building process, aligning with government RFP expectations and sustainable development goals.
    The solicitation No. 12970224R0032 seeks proposals for the design and construction of the Batterson and Jerseydale Work Centers in California. The project entails constructing two barracks, prefabricated metal buildings, and associated infrastructure while adhering to Forest Service standards and specifications. The work involves site preparation, utility connections, an entrance sign, and road reconstruction following the devastation from the Creek Fire. The scope includes specific aesthetic and functional requirements that reflect the natural surroundings and are compliant with building codes. The contractor will follow a Design-Build approach and must deliver complete drawings, schedules, cost estimates, and maintain quality throughout the project lifecycle. Notably, the project emphasizes collaboration among participants and requires the submission of a third-party value analysis report during the design phase. With a construction magnitude between $5 million and $10 million, the project encapsulates essential logistical details, administration clauses, inspection requirements, and contract administration processes. Specific insurance and personnel mandates for safety and performance are also outlined. Ultimately, this initiative reflects a comprehensive plan to restore critical infrastructure in a manner compatible with the environment.
    The document is an amendment to solicitation number 12970224R0032 concerning the construction project of Batterson & Jerseydale Phase 2, administered by the USDA Forest Service. The amendment officially transitions the solicitation to Phase II and instructs selected firms, notified via email, to submit their proposals by September 19, 2024, at 1300 PD. Key revisions include updated final documents related to terms and conditions, design standards, and project specifications. The amendment outlines the requirements for acknowledgment of the amendment and provides details on the administrative changes within the contract. It emphasizes the importance of submitting acknowledgment prior to the specified deadline to avoid rejection of offers. Overall, this amendment facilitates the progression of the construction project while ensuring compliance with federal regulations and procedural integrity.
    The Batterson & Jerseydale New Construction Project in Sierra National Forest is a response to the damage caused by the 2020 Creek Fire. The initiative involves the expansion of the Batterson and Jerseydale Work Centers through the construction of new facilities to support forest management operations. Key constructions include 6-person barracks at both sites, and multiple prefab metal buildings, designed to integrate with existing utilities. Preliminary environmental analysis under the National Environmental Policy Act (NEPA) confirmed considerations for hydrology, cultural resources, invasive species management, and sustainable design. The project also emphasizes best practices for soil and water management, cultural protection during construction, and prevention of invasive species spread. The design adheres to USDA and Forest Service standards, incorporating renewable energy standards and requiring a value analysis report. The project includes utility coordination with local providers and ensures compliance with safety and accessibility regulations. Overall, this construction effort aims to reinforce operational capabilities while maintaining environmental stewardship and regulatory compliance within the Sierra National Forest.
    The document outlines the design and construction standards for the Batterson & Jerseydale New Facilities Project within the Sierra National Forest. It emphasizes the integration of Regional architectural aesthetics, sustainability, and functionality in the new construction. Key design objectives include a value analysis at the 65% design stage, adherence to California’s energy efficiency standards, utilization of native landscaping, and the creation of durable, low-maintenance structures with a minimum 50-year lifespan. Site requirements focus on the efficient use of space, appropriate landscaping, and sustainable utilities. Environmental considerations include stormwater management, energy savings of at least 30%, and natural ventilation strategies. The facility’s interior design prioritizes space efficiency, acoustic privacy, and accessibility per ADA standards. Structural and mechanical designs must comply with the latest building codes while ensuring ease of maintenance and operational simplicity. The project aims to establish a cohesive environment that aligns with the Forest Service’s land management goals, ensure long-term sustainability, and create a positive working space for field personnel. Overall, the document serves as a comprehensive guide for contractors on the expected standards and sustainability goals essential for the project.
    The project manual for the Batterson & Jerseydale New Construction in Sierra National Forest outlines comprehensive procedures for managing the construction project. It includes several key sections addressing price and payment procedures, administrative requirements, quality assurance, temporary facilities, product requirements, and execution guidelines. Each section specifies detailed processes for payment applications, project management, quality control measures, coordination of documents, and ongoing communication between the involved parties, including the government and construction teams. Emphasis is placed on documenting changes in contract, submitting timely applications for payment, and maintaining compliance with established quality standards. Additional guidelines cover the handling of temporary utilities and facilities, ensuring effective communication through a project management information system, and detailing requirements for project closeouts. This thorough manual serves as a regulatory framework for managing project expectations, adhering to quality standards, and ensuring collaboration among stakeholders during the construction process, reflecting vital practices applicable in government RFPs and contracts.
    The document outlines the design and specifications for a construction project at the Jerseydale Work Center within the Sierra National Forest, managed by the United States Department of Agriculture's Forest Service. The project focuses on the construction of standard barracks, detailing architectural, structural, mechanical, electrical, and plumbing plans. Key features include accommodations for varying occupancy capacities, with total gross square footage and compliance with egress widths outlined. Adherence to multiple building codes, including the Americans with Disabilities Act and California Title 24, ensures that the structure meets safety and accessibility requirements. The document provides a comprehensive drawing list and structural details necessary for project implementation, facilitating coordination for contractors during the bidding process. This file is critical for stakeholders involved in federal grants and RFPs as it offers a framework for the project's technical and regulatory compliance.
    The US Forest Service Region 5 Pacific Southwest has outlined its Design Standard Finishes and Materials for construction projects. This document specifies a range of materials for exterior and interior applications. For the exterior, roofing is designated as standing seam snap lock panels in Sahara Tan, while walls will utilize Western reveal panels in Cor-Ten AZP Raw and Western wave panels in Sage Green. Windows will include Andersen E Series with aluminum clad wood, and exterior doors will feature specific models from Rockwood and Espalier. Internally, the standards specify Sherwin Williams paint for walls and ceilings, along with Tarkett sheet vinyl flooring and rubber wall base. Fitness floor tiles, Formica countertops, and various carpet tiles are also included, ensuring both functionality and aesthetic appeal in the interior design. This document serves to establish standard material specifications for construction and renovation tasks associated with the Forest Service, ensuring cohesive design and adherence to government standards in various projects within this federal jurisdiction.
    The US Forest Service Region 5 is issuing a request for proposals (RFP) for the procurement of standard appliances including electric ranges, refrigerators, microwaves, washers, and dryers for use within its facilities. The document lists specific models from various manufacturers such as Whirlpool and Frigidaire, detailing the quantities of each appliance required. Key items include the Whirlpool WEE750HOHZ electric range, multiple refrigerators including the Whirlpool WRB329DMBB, and various models of microwaves like the Samsung MS19M8000AG. This procurement process encapsulates the government's commitment to upgrading appliances, likely aimed at enhancing operational efficiency and sustainability in federal facilities. The organization aims to solicit bids from suppliers to meet these appliance needs, aligning with best practices in government procurement and ensuring compliance with federal guidelines. This initiative highlights the importance of maintaining modern infrastructure within government operations.
    The document outlines the furnishing and appliance requirements for the Region 5 Standard Barracks and Engine Garage, indicating specifications for various equipment and furniture. It includes details on manufacturers, model numbers, dimensions, quantities, colors, and designated rooms. Key appliances listed are coffee makers, electric dryers, microwaves, ice makers, electric ranges, washers, and refrigerators, all chosen to fit operational needs in barracks and garages. In addition to appliances, the document details essential furnishings such as beds, seating, tables, storage facilities, and mirrors, noting their sizes and finishes. The plan aims to standardize the provisions while ensuring functionality and aesthetics within the provided spaces, reflecting a commitment to enhancing living and working conditions for personnel. This information is crucial for government procurement processes concerning federal grants and RFPs, streamlining acquisition methods while adhering to prescribed safety and quality guidelines. Overall, the document serves as a comprehensive resource for fulfilling furnishing needs in military facilities, supporting efficiency and operational readiness.
    The document outlines the General Decision Number CA20240018, a wage determination for construction projects in California, effective May 24, 2024. It supersedes a previous decision and applies to various types of construction, including building, heavy, dredging, and highway projects across multiple counties. The key requirement mandates that contractors adhere to the Davis-Bacon Act, ensuring workers receive at least the specified minimum wage, determined by associated Executive Orders based on contract renewal dates. For contracts effective from January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between 2015 and January 29, 2022, stipulate a minimum of $12.90 per hour. Additional classifications and corresponding wage rates for various labor categories are detailed, including specific hourly rates and fringe benefits across different areas of California. The document emphasizes compliance with federal wage laws to protect workers involved in government-funded construction projects, reflecting the government's commitment to fair labor practices.
    The ARCHITECT-ENGINEER QUALIFICATIONS form, Standard Form 330, is utilized by federal agencies to assess the professional qualifications of architect-engineer firms when bidding for contracts. The selection process mandates public announcements of requirements and necessitates evaluating at least three highly qualified firms based on specific criteria prior to contract negotiations. The form is divided into two parts: Part I focuses on qualifications for a specific contract, detailing contact information, team structure, key personnel resumes, and relevant project examples. Part II outlines the general qualifications of the firm or branch office, including firm history, workforce composition, revenue, and experience. Agencies may customize the instructions, such as limiting the number of pages or projects submitted. This standardized approach ensures a thorough review of qualifications while adhering to federal regulations. The completion and accuracy of the form are crucial for firms aiming to participate in government projects, emphasizing their capabilities in providing necessary engineering and architectural services.
    The Past Performance Questionnaire is a structured document used to assess a contractor’s performance on federal contracts, specifically for the USDA-Forest Service. It requires the contractor to provide detailed information about the contract, including company data, project specifics, and pricing. The questionnaire is divided into several sections: contractor information, contract details, reference input, evaluation criteria, and a return section to the contracting officer. Contractors are required to submit information about project quality, schedule adherence, cost control, management practices, small business compliance, and regulatory adherence. Each area is assessed based on defined ratings ranging from "Exceptional" to "Unsatisfactory," allowing the reference to provide comments supporting their evaluations. The document concludes with a recommendation regarding the contractor’s suitability for similar future contracts. This questionnaire plays a crucial role in the RFP process, enabling effective evaluation and decision-making based on past performance, thereby contributing to transparency and accountability in government contracting.
    The document outlines Solicitation No: 12970224R0032 for the Batterson & Jerseydale New Construction Design-Build Project. It details the scope of a construction contract to design and construct multiple facilities at the Batterson Work Center and Jerseydale Work Center in California following the Creek Fire. The project includes constructing barracks and prefabricated metal buildings with specific dimensions, utilities, and site improvements. Key deliverables consist of design phases, construction documents, and compliance with Forest Service standards. This contract emphasizes collaboration and the integration of sustainable practices, adhering to regional architecture while prioritizing safety and environmental considerations. The project budget is estimated between $5,000,000 and $10,000,000. Additionally, the document specifies insurance and safety requirements, coordination with governmental authorities, and mandates for key personnel assignment to ensure effective project management and adherence to quality standards. The thorough planning and regulatory compliance are critical for the successful completion of these facilities.
    This document serves as a solicitation for proposals related to construction work required by the USDA Forest Service under the solicitation number 12970224R0032. The project, identified as a disaster recovery effort, requires completion within 360 calendar days after the contractor receives the notice to proceed. It is aimed at certified 8(a) firms, inviting them to submit proposals for Phase 1 of the project. Key requirements include the submission of sealed offers, performance and payment bonds, and adherence to federal work provisions. Prospective contractors must note that the estimated construction cost is between $5,000,000 and $10,000,000, with NAICS code 236220 specified for Commercial and Institutional Building Construction. For clarity and compliance, offers must be submitted to the designated government address by a specified deadline, with a guarantee of acceptance within a minimum time frame set by the solicitation. The document includes detailed contact information for inquiries and specifies the delivery location at Sierra National Forest. This initiative emphasizes careful contractor selection, stringent compliance with filing instructions, and an orderly bidding process to ensure effective use of federal resources.
    This document serves as an amendment to the solicitation 12970224R0032, administered by the USDA Forest Service, outlining the project "Batterson & Jerseydale New Construction Phase 1." It specifies procedures for acknowledging the receipt of the amendment, which includes a revised due date for proposals, now extended to July 26, 2025, at 1500 Pacific Time. Key questions regarding the proposal requirements are addressed: the 10-page limit applies only to Section H of Phase 1, and the roles of Site Superintendent and Quality Control Manager may overlap if the personnel have adequate training. The document highlights the importance of following administrative procedures for submitting proposals, clarifying the official project name, and the potential flexibility in staffing roles for safety and quality control. Overall, the amendment aims to provide clarity and additional time for certified 8(a) firms to prepare proposals, reflecting the agency's commitment to transparency and structured procurement processes.
    This document serves as Amendment 2 to the solicitation for the "Batterson & Jerseydale New Construction Phase 2" project from the USDA Forest Service. It informs selected firms that proposals for Phase II are due by September 19, 2024, at 1300 PD. The amendment outlines the procedures for acknowledging receipt of this document and allows for changes to previously submitted offers, provided they are communicated before the specified deadline. This amendment also includes revisions to essential project documents, including terms and conditions, design standards, and specifications related to the Phase II proposals. It emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. The purpose of this document is to facilitate the transition to the next phase of the project, ensuring that involved parties are informed and adhere to the updated requirements.
    The document is an amendment to solicitation number 12970224R0032 issued by the USDA Forest Service regarding the construction project "Batterson & Jerseydale New Construction Phase II." This amendment serves to transition the solicitation process into Phase II for selected firms notified via email. Proposals for this phase are due by October 20, 2024, at noon Pacific Daylight Time. The document outlines the procedures for acknowledging receipt of the amendment, which must be completed before the specified submission time to avoid rejection of offers. It also confirms the necessity for acknowledgment of any prior submitted proposals if changes are made. All terms and conditions of the original solicitation remain in effect unless specifically modified by the amendment. Overall, this amendment signifies a key step in the federal contracting process, ensuring compliance and clear communication in the procurement of services for public works.
    This solicitation document outlines a request for proposals (RFP) from certified 8(a) firms for a construction project involving the Jerseydale Work Center Barracks under the USDA Forest Service. Issued on July 3, 2024, and designated as solicitation no. 12970224R0032, the project has a construction cost magnitude estimated between $5 million and $10 million and falls under the NAICS code 236220 for Commercial and Institutional Building Construction. The contractor is expected to complete the work within 360 calendar days after receiving the notice to proceed. Proposals must be submitted with required performance and payment bonds, and all offers must comply with outlined work requirements and clauses. Interested firms are encouraged to submit a request for information via email by July 24, 2024, 14 days before the proposal deadline. The submission details and communication protocols are specified, emphasizing compliance with federal solicitation standards. The project's completion is essential for the enhancement of administrative facilities, showcasing the government's commitment to infrastructure development within national forests.
    Similar Opportunities
    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.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    USACE SPK DBB Construction – USFS Campground – Lake Isabella, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking qualified contractors for a design-bid-build (DBB) construction project at the Lake Isabella Campground in California. The project involves the construction of new campsites and associated facilities for the United States Forest Service (USFS), including drainage systems, group campsites, vault-toilet buildings, and road improvements, with an estimated construction timeline of 365 days from the Notice to Proceed. This opportunity is significant for enhancing recreational facilities and ensuring proper drainage and access, with a projected contract value between $1,000,000 and $5,000,000. Interested contractors are invited to submit capability statements to Gilbert Coyle at gilbert.coyle@usace.army.mil by 8:00 a.m. Pacific Time on September 25, 2024.
    Isabella Visitors Center
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Sacramento District, is soliciting bids for the construction of a new Visitor Center at Lake Isabella, California. The project entails design-bid-build construction services for a 1,500 square foot facility that will include public restrooms, office space, storage, and employee amenities, along with a new parking lot accommodating various vehicle types and significant landscaping work. This initiative is crucial for enhancing visitor services in the area and ensuring compliance with accessibility standards. The contract is set aside for small businesses, with an estimated construction cost between $1 million and $5 million, and bids are due by September 23, 2024. Interested contractors can reach out to Howard Gregory at howard.e.gregory@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further information.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    BICY 229154
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fire station at the Big Cypress National Preserve Headquarters Complex in Florida. This project, designated as solicitation number 140P2024R0084, is specifically set aside for women-owned small businesses and has an estimated budget ranging from $1 million to $5 million. The facility will encompass 5,142 square feet and include essential features such as offices, a kitchen, a gym, and utility systems, all designed to meet safety and environmental standards. Interested contractors must submit their proposals, including performance and payment bonds, by the specified deadlines, with a projected performance period beginning on November 1, 2024, and concluding on October 30, 2025. For further inquiries, potential bidders can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the demolition of the South, Soap, and Lower Ripley Creek Feeder Diversion Dams, along with associated work in Tehama County, California. The project involves significant tasks such as the removal of elevated pipes and supports, flumes, and the excavation and filling of the South Canal, with an estimated cost exceeding $10 million. This opportunity is particularly aimed at small businesses, including those classified as 8(a), HUBZone, and Service-Disabled Veteran-Owned, and is intended for market research and acquisition planning purposes. Interested parties must respond by October 2, 2024, and provide relevant company information, including past project experience and bonding capacity, to Rosana Yousefgoarji at RYousefgoarji@usbr.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.
    SEKI 342662 - REMOVE GRANT GROVE RANGER OFFICE DAM
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the demolition of the Grant Grove Ranger Operations Building in Sequoia and Kings Canyon National Parks, California, due to significant storm damage rendering the structure unusable. The project entails the complete demolition of the building, remediation of hazardous materials, and restoration of the site to ensure proper drainage and prevent water ponding. This initiative is crucial for maintaining park infrastructure and environmental stewardship, aligning with federal regulations regarding safety and ecological impact. Interested contractors must submit their proposals by September 11, 2024, with a project budget estimated between $250,000 and $500,000, and can direct inquiries to Mark Barber at markbarber@nps.gov or by phone at 721-621-7310.
    Canjilon Campground Vault Toilet Install
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the installation of new vault toilet facilities at the Canjilon Lakes Campground in Carson National Forest, New Mexico. The project involves the removal of nine existing vault toilets and their replacement with pre-manufactured units, ensuring compliance with federal accessibility and environmental standards. This initiative is crucial for enhancing visitor amenities and maintaining the campground's operational integrity. Proposals are due electronically by September 16, 2024, with an estimated project value between $500,000 and $1,000,000, and interested contractors should contact Troy A. McCullough at troy.mccullough@usda.gov for further information.