C--CONSTRUCT STEEL STORAGE/WORKSHOP BUILDIN
ID: 140G0125Q0065Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OPEN STORAGE FACILITIES (C1GD)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services) (ISBEE)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 5:00 PM UTC
Description

The U.S. Geological Survey (USGS) is seeking qualified contractors to construct a 20' x 40' steel storage/workshop building at the Conte Anadromous Fish Lab Facility in Turners Falls, Massachusetts. The project involves site preparation, including excavation and grading for a concrete slab, followed by the erection of the steel structure, which will feature specific entryways and windows. This construction is critical for enhancing the operational capabilities of the facility and must adhere to federal and state regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes by April 8, 2025, with a site visit scheduled for March 26, 2025, and an anticipated contract award date of April 14, 2025. For further inquiries, contractors can contact Dayna Parkin at dparkin@usgs.gov or by phone at 703-648-7374.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 2:04 PM UTC
The government document outlines wage determinations for building construction projects in Massachusetts, specifically targeting Berkshire, Franklin, Hampden, and Hampshire counties. It specifies that contracts subject to the Davis-Bacon Act must adhere to minimum wage rates dictated by Executive Orders 14026 and 13658, with rates varying based on contract dates. For 2025, rates are set at a minimum of $17.75 per hour under EO 14026 and $13.30 per hour under EO 13658, applicable for different contract scenarios. The document details a range of construction classifications and their respective prevailing wage rates and fringe benefits, covering various skilled labor positions such as electricians, carpenters, and plumbers, among others. Notably, the file establishes an appeals process for wage determination disputes, emphasizing the importance of compliance with federal labor standards. It serves as a vital resource for contractors and stakeholders in understanding wage expectations and legal obligations within state-funded construction projects, ensuring fair compensation in accordance with federal guidelines. The information aims to enhance transparency and labor rights within federally-related construction contracts in the specified regions.
Apr 1, 2025, 2:04 PM UTC
The Conte Research Laboratory (CRL) requires the construction of a 20’ x 40’ steel storage building in Turners Falls, MA. Following the demolition of a prior structure, the project entails excavating and grading the site for a concrete slab base, which will be reinforced and insulated for frost protection. The steel building will feature specified entryways, windows, and appropriate weather-resistant materials, adhering to Massachusetts licensing and safety regulations. Key deliverables include the submission of detailed color samples and technical specifications within 14 business days of contract initiation and regular progress updates. The contractor must manage all materials and debris responsibly, ensuring the workspace is safe and accessible during business hours, with strict adherence to OSHA guidelines. Completion is expected within 61 days, with any necessary changes needing written approval from the contracting officer. The project is critical for CRL's operational capability and follows established federal protocols for construction contracts.
Apr 1, 2025, 2:04 PM UTC
The document is a "Release of Claims" form issued by the United States Department of the Interior, required upon completion of work under a federal contract. Its primary purpose is to formally release the government from any claims or demands from the contractor, following payment for services rendered. The contractor must provide this release to receive final payment, confirming that all debts and obligations related to the contract are resolved. Key elements include the requirement for the contractor to specify the amount due, along with their official signature. There is also a section for corporate contractors to certify that the release was authorized by their governing body. The form emphasizes legal protections for the federal government and outlines the necessary steps for contractors to finalize their agreements. This document is integral within the context of federal RFPs and grants as it facilitates closures on contracts, ensuring all parties discharge their obligations and rights following project completion.
Apr 1, 2025, 2:04 PM UTC
The U.S. Department of Labor's Davis-Bacon and Related Acts (DBRA) Weekly Certified Payroll Form (WH-347) is designed for contractors and subcontractors engaged in federal or federally financed construction projects. This form is optional for use; however, compliance requires the weekly submission of certified payroll data to demonstrate adherence to legal wage standards, as mandated by the Copeland Act and corresponding DOL regulations. Key information includes details about the project, worker classifications, wage rates, hours worked, and deductions. Each payroll submission must include a signed "Statement of Compliance," ensuring accuracy and compliance with prevailing wage rates. The expectations outlined aim to ensure proper payment to laborers and compliance with federal labor standards. The form also emphasizes that false statements can result in serious legal repercussions, including debarment from future contracts. This document is integral to maintaining transparent and compliant labor practices within government-related contracting frameworks.
The document outlines the Statement and Acknowledgment form related to subcontracting under federal contracts, specifically addressing compliance with the Contract Work Hours and Safety Standards Act and other labor regulations. It captures key details such as the identification of the prime contractor, subcontractor, and the specifics of the subcontract awarded, including dates and project descriptions. The document also specifies clauses included in the subcontract concerning labor standards, payroll requirements, and compliance with wage rate regulations. It necessitates signature acknowledgment by both parties, confirming their understanding of the terms and conditions of the subcontract. The inclusion of the OMB Control Number emphasizes the requirement for federal oversight in managing contract documentation and regulatory compliance, ensuring transparency and adherence to federal guidelines. This formalization is crucial for each prime contractor to uphold federal labor standards and practices concerning subcontractor engagement.
Apr 1, 2025, 2:04 PM UTC
The document serves as a Standard Form 25A Payment Bond, a legal instrument essential for protecting individuals supplying labor and materials for federal contracts, as mandated under 40 USC Chapter 31, Subchapter III. It outlines essential information such as the principal entity's name and address, the type of organization, the penal sum of the bond, and details about the sureties involved. The principal and surety agree to be jointly and severally liable for ensuring payments to those with direct relationships with the principal or subcontractors for services rendered. Should the principal fulfill their payment obligations, the bond becomes void. The form also stipulates requirements for executing the bond, including the need for corporate seals for corporate sureties and specific instructions for handling multiple sureties. Completing this form is part of the broader context of government Request for Proposals (RFPs), federal and state/local grants, which necessitate financial assurance for contractual agreements. Overall, this document is critical for ensuring compliance and financial security in government contracting processes.
Apr 1, 2025, 2:04 PM UTC
The Past Performance Questionnaire is a critical document utilized in evaluating contractors within federal and state/local RFPs. It requires completion by the technical manager or contract representative of a client agency to assess a contractor's past performance based on several key areas. This questionnaire collects information about the contractor, including contract details, work scope, and complexity, alongside an evaluation of performance in various categories, such as quality of services, personnel management, subcontractor oversight, and financial controls. The document emphasizes the importance of assessing whether the contractor met contract specifications and handled challenges effectively. Respondents rate multiple factors on a scale from Unsatisfactory to Excellent, providing qualitative comments to justify these ratings, especially for customer satisfaction. The questionnaire aims to provide a comprehensive view of a contractor's capabilities, history, and reliability, thereby informing future contracting decisions. Overall, it plays an essential role in ensuring that federal and commercial clients select qualified contractors who can fulfill project requirements effectively and efficiently in accordance with government standards.
Apr 1, 2025, 2:04 PM UTC
The document outlines the Statement of Work for constructing a 20' x 40' steel storage building at the Conte Research Laboratory in Turners Falls, MA. The project involves site preparation, including excavation and grading, followed by the pouring of a monolithic concrete slab as a base. The scope includes erecting the steel building, featuring a roll door, overhead door, walk door, and windows, ensuring designs comply with federal and state regulations. Contractors must provide stamped engineered drawings, technical specifications, and color samples within 14 business days of contract initiation, while all personnel must be licensed in Massachusetts. The project emphasizes safety and quality, requiring debris removal, inspections, and progress reporting. Work must be executed during regular business hours with no interactions from government employees, and delays must be formally approved. The completed project is subject to inspection and payment authorization by the Contracting Officer’s Representative. This document exemplifies government procurement processes, specifying detailed requirements for construction projects to assure compliance, quality, and safety standards.
This document is an amendment to the Request for Proposal (RFP) 140G0125Q0065, addressing various questions and answers regarding construction specifications for a building project. Key topics include acceptable building materials, concrete slab requirements, and infrastructure details. The government permits wood-framed structures with engineered designs and specifies a minimum height of 8 feet for overhead doors. Concrete pours can be done in one stage, with an 18-inch total depth for the frost section and 6-inch slab. A plastic membrane under the slab is required to prevent water ingress, and bollards should be anchored to the slab using bolts. Excavated material can remain onsite within a hundred yards of the building. Overall, the document outlines critical construction parameters for bidders, ensuring compliance with government standards and facilitating a clear understanding of expectations for the project.
The document outlines a Q&A session pertaining to Amendment 2 of a government solicitation (140G0125Q0065). It addresses specific inquiries from potential contractors regarding the construction specifications for a storage facility. The first question establishes that the building will have no interior finishes, utilities, or mechanical systems, only requiring that existing electrical conduit extends from the slab. The second question concerns the necessity of stamped engineered drawings for the proposed structure, highlighting obstacles for vendors related to fees for obtaining these drawings. In response, the government clarified that while stamped drawings are needed post-award as part of the deliverables, vendors may submit their own proposals, including written details, pictures, or non-stamped drawings within their bids. This communication emphasizes the requirements and expectations for vendors involved in the bidding process for the project, ensuring clarity on the deliverable stipulations and the structure's specifications amidst possible barriers to accessing necessary documentation. The goal is to streamline the bidding process while fostering transparency and communication with potential contractors.
Apr 1, 2025, 2:04 PM UTC
The document serves as an amendment to a solicitation, specifically designated as amendment number 140G0125Q0065, relating to a federal contract managed by the US Geological Survey (USGS) Acquisition Branch in Reston, Virginia. The amendment aims to update interested parties with attached questions and answers, clarifying specific inquiries regarding the solicitation. It is emphasized that the closing date for submissions remains unchanged and all terms and conditions of the original solicitation still apply. The performance period of the resultant contract is specified from May 6, 2025, to August 1, 2025, with all proposals expected to follow the Statement of Work provided. Participants are instructed to submit questions via email by a designated deadline, ensuring inquiries are addressed before quote submissions. The amendment includes procedural requirements for contractors to acknowledge receipt of the amendment, highlighting the importance of compliance in the offer submission process. This document exemplifies the administrative process within federal RFPs and grants, emphasizing clarity and transparency in government contracting procedures.
Apr 1, 2025, 2:04 PM UTC
The document pertains to an amendment (No. 0002) of a solicitation (No. 140G0125Q0065) linked to a government contract issued by the U.S. Geological Survey (USGS). The amendment primarily serves to schedule an additional site visit on April 2, 2025, at a specified location in Turners Falls, Massachusetts. It also updates certain clauses related to site investigation requirements and clarifies that interested parties should submit any questions regarding the solicitation by email before a specified deadline. Notably, the amendment updates key sections of the Statement of Work and specifies a performance period from May 6, 2025, to August 1, 2025. The document maintains that all other terms and conditions originally outlined remain unchanged, reinforcing the importance of adhering to the solicitation's requirements. The contracting officer for this amendment is Dayna Parkin, and her contact information is provided for further inquiries about the amendment.
Apr 1, 2025, 2:04 PM UTC
The government solicitation pertains to the construction of a 20' x 40' steel storage building at the Conte Anadromous Fish Lab in Turners Falls, Massachusetts. It is classified as a sealed bid invitation with specific requirements under the Indian Small Business Economic Enterprise (ISBEE) set-aside provisions. Key details include a performance period from May 6, 2025, to August 1, 2025, with offers due by April 8, 2025. Contractors must submit a schedule of prices, proof of liability insurance, and a list of subcontractors within 14 days post-award. The project mandates adherence to sustainability standards for materials, including biobased and energy-efficient products, ensuring compliance with federal environmental regulations. The contractor is expected to maintain indoor air quality during construction and follow a strict project schedule, with completion demanded within 61 days post-notice to proceed. Furthermore, security and safety protocols emphasize contractor personnel background checks and adherence to labor laws. This solicitation reflects the government’s commitment to quality construction while promoting economic opportunities for small businesses and ensuring compliance with prevalent regulations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
F--Well Abandonment Easton MD
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for a well abandonment project in Easton, Maryland, as part of its Water Science Center operations. The objective is to select a licensed contractor to seal and fill a monitoring well in compliance with state and local regulations, ensuring the restoration of the land surface and adherence to relevant standards before the project deadline of June 30, 2025. This competitive Request for Quotations (RFQ) is set aside for small businesses under the NAICS code 237110, which pertains to Water and Sewer Line and Related Structures Construction. Interested parties must submit their quotations via email to Mindie Dixon at mdixon@usgs.gov by April 14, 2025, at 2:30 PM Mountain Time, and are required to attend a mandatory site visit on April 1, 2025, at 09:00 EDT, with prior registration needed by March 28, 2025.
Z--GAOA - Browns Park NWR Butler Storage Building Reh
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the rehabilitation of the Butler Storage Building at Browns Park National Wildlife Refuge in Maybell, Colorado. The project aims to enhance the building's functionality, safety, and energy efficiency, involving significant renovations such as replacing bay doors, updating lighting and ventilation systems, and installing safety features like emergency showers and GFCI outlets. This initiative underscores the government's commitment to maintaining and upgrading federal facilities to meet modern standards. Interested contractors must submit their proposals by May 8, 2025, with a budget range of $250,000 to $500,000, and can direct inquiries to Samantha LaGue at samanthalague@fws.gov or by phone at 413-253-8349.
INSTALL- COMPRESSED AIR LINE
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors for the installation of compressed air lines at their West Sacramento facility. The project involves the installation of 650 feet of air piping and 24 air drops to improve operational efficiency, with a budget estimated between $25,000 and $100,000. This procurement is designated as a Total Small Business Set-Aside under NAICS code 238220, emphasizing the importance of compliance with federal labor standards, including the Davis-Bacon Act. Interested contractors must submit their proposals by April 14, 2025, and can contact Victor Nuno at vnuno@usgs.gov or by phone at 916-278-9442 for further information.
Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is issuing a presolicitation notice for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project requires the contractor to furnish all necessary labor, materials, and equipment to reestablish existing water, sewer, and electric connections, install new concrete pads, and procure and install a fiberglass shelter. This construction effort, valued between $25,000 and $100,000, is crucial for enhancing the recreational facilities at Townshend Lake. Interested small business vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 9, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
LEASE OF VESSEL
Buyer not available
The U.S. Geological Survey (USGS) is seeking quotations for the lease of a vessel to support marine geohazards missions, specifically for deploying geodetic stations and retrieving a wave glider in the southern Cascadia region. The procurement requires adherence to specific vessel specifications, operational safety measures, and qualifications for the vessel captain, with operations scheduled between July and September 2025. This opportunity is critical for scientific research and environmental monitoring, aligning with USGS's ongoing missions. Quotations must be submitted by April 17, 2025, and interested bidders should ensure they are registered in SAM.gov and comply with federal regulations, including insurance and safety equipment standards. For further inquiries, contact Victor Nuno at vnuno@usgs.gov or call 916-278-9442.
Y--GA PIEDMONT NWR RESTROOM FOUNDATION
Buyer not available
The U.S. Fish and Wildlife Service is seeking contractors for the repair of restroom and shower facilities at the Piedmont National Wildlife Refuge in Hillsboro, Georgia. The project involves stabilizing the Pippins Lake Comfort Station, which has experienced significant structural deficiencies, by driving piers to support the building slab and ensuring operational status during construction. This initiative underscores the government's commitment to maintaining public resources within national wildlife refuges while adhering to strict safety and environmental regulations. Interested small businesses must submit their bids by April 10, 2025, with a total project cost estimated to be less than $25,000 and a completion deadline of June 30, 2025. For further inquiries, contractors can contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
Z--Inspection maintenance and repair of garage doors
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors for the inspection, maintenance, and repair of heavy-duty motorized rolling garage doors at the Don Edwards San Francisco Bay National Wildlife Refuge maintenance shop in Fremont, CA. The project involves repairing a malfunctioning door, assessing the condition of four additional doors, and conducting necessary maintenance or repairs, all of which must comply with Federal Acquisition Regulation (FAR) guidelines. This contract is crucial for ensuring the safety and effective functionality of the maintenance shop facilities, with a performance period from May 2, 2025, to September 30, 2025. Interested contractors must submit their quotes by April 18, 2025, and can reach out to Chelsea Devivo at chelseadevivo@fws.gov for further inquiries.
Z--MN-MORRIS WMD-HQ BASEMT CARPET REPLACEMT
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting bids for a construction contract to replace the basement carpet at its Headquarters Building in Morris, Minnesota. This project, identified as Solicitation No. 140FC225Q0018, requires contractors to provide all necessary materials, labor, and equipment, with a project magnitude estimated between $25,000 and $100,000. The performance period for the contract is scheduled from April 30, 2025, to July 30, 2025, and bidders must attend a site visit on April 10, 2025, to familiarize themselves with the project requirements. Interested contractors should direct inquiries to Christa Garrigas at christagarrigas@fws.gov, and ensure they acknowledge receipt of any amendments to the solicitation by the specified deadlines.
Earthen Material Supply, Cape Cod Canal, Bourne, MA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor to supply, deliver, and unload aggregate materials at two locations in Bourne, Massachusetts, specifically the Buzzards Bay Recreation Area and Bourne Recreation Area. The procurement involves various types and sizes of stone and loam, with the contractor responsible for adhering to safety protocols, environmental regulations, and security policies during the delivery process. This opportunity is crucial for supporting construction and maintenance efforts in the region, ensuring compliance with federal acquisition regulations. Interested vendors must submit their bids by April 18, 2025, and can contact Ann Murphy Adley at ann.m.adley@usace.army.mil or 978-318-8255 for further information.
Z--UFO NORWOOD WAREHOUSE IMPROVEMENTS
Buyer not available
The Bureau of Land Management (BLM) is soliciting quotations for the Norwood Warehouse Improvements project located in Norwood, Colorado. This federal contract, set aside for small businesses, involves the installation of a pedestrian gate and the replacement of a yard hydrant, with a project magnitude under $25,000 and a completion timeline of 150 days from the Notice to Proceed. Interested contractors must submit their quotes by April 11, 2025, following a mandatory site visit on March 14, 2025, and are required to provide documentation including past performance references and a technical approach to the work. For further inquiries, contractors can contact Patrick Frost at pfrost@blm.gov or by phone at 303-239-3605.