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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    Z--CERC A3 Boiler Upgrade
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project, which involves replacing existing hot water boilers, a recirculating pump, and a storage tank with efficient, modulating, condensing boilers at the Columbia Environmental Research Center in Columbia, MO. The project aims to enhance energy efficiency and operational effectiveness within a 34,019-square-foot research laboratory, ensuring compliance with electrical codes and integrating new controls with the existing building automation system. This opportunity is a 100% Total Small Business set-aside, with a construction budget estimated between $25,000 and $100,000, and quotes are due by December 23, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.