Metal Building (West Scale BLDG 67) Repairs and Restoration
ID: 12805B25Q0150Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors for the repairs and restoration of the West Scale Building 67 located in El Reno, Oklahoma. The project involves significant exterior work, including the replacement of the building's corrugated metal roof, windows, doors, and lighting systems, with an estimated contract value between $100,000 and $250,000. This procurement is set aside for total small business participation under NAICS code 236220, emphasizing the importance of compliance with safety and environmental regulations throughout the construction process. Interested contractors must attend a mandatory site visit on April 30, 2025, and register by April 28, 2025, by contacting Shane Pope at shane.pope@usda.gov or Troy Gibbens at troy.gibbens@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA, ARS, OCPARC in El Reno, Oklahoma, has issued a Performance Work Statement for a project focused on exterior repairs of its facility. The scope of work encompasses the replacement of the building’s deteriorating elements, including a corrugated metal roof and siding, windows, doors, and lighting systems. The contractor is responsible for all labor, materials, equipment, and supervision necessary for the project, adhering to applicable codes and safety standards, and obtaining required permits. Key tasks include installing a new galvalume R-panel metal roof, repairing the ventilation system, and replacing multiple windows and doors, along with 12 wall pack lights with LED alternatives. The contractor must verify site conditions and submit detailed product literature to ensure compliance with contract specifications. Quality control is essential, with continuous monitoring and a one-year warranty for workmanship. The project emphasizes safety protocols and outlines requirements for temporary facilities, cleaning, and proper waste disposal upon completion. The expected timeline for project completion is within 45 days post-award, reaffirming the government's dedication to maintaining a safe and functional facility environment.
    The document appears to contain substantial garbled text, preventing a clear understanding of its contents; however, it hints at being related to federal government RFPs (Requests for Proposals), grants, and state/local funding opportunities. The main topic likely revolves around the announcement or details of various RFPs or grants, addressing areas such as eligibility criteria, funding limits, application processes, and deadlines. Essential points may include emphasized requirements for proposals, financial guidelines, and strategic priorities for government-funded initiatives, aiming to enhance public services or community development. Effective proposal writing skills and adherence to outlined standards would presumably be critical for obtaining funding. The overall purpose appears to facilitate access to federal and state financial resources for eligible organizations, ensuring transparency and compliance with procedural mandates.
    Solicitation 12805B25Q0150 outlines the pre-bid responses for exterior repair work on Building 67 at WSH. Key topics include specifications for windows, doors, exterior lighting, and construction protocols. The building's gas system is operational, necessitating temporary utility adjustments during repairs. New windows must be operable, while personnel doors need to comply with existing fire rating standards. Lighting specifications favor energy-efficient LEDs with dusk-to-dawn photocells. The need for a manufacturer warranty aligns with industry standards, as does ensuring all new installations match or are comparable to existing materials and functions. Contractors are permitted to use existing gates for access, with the expectation of maintaining secured areas. Key operational details emphasize managing on-site effectively with local presence. This document serves as a guide for bidders to ensure compliance with project specifications while detailing necessary conditions and expectations for completing the exterior repairs effectively and safely.
    The document outlines a government solicitation for a construction project focused on repairs and restoration of a metal building (West Scale BLDG 67) in El Reno, OK, with a bid set aside for total small business participation under NAICS code 236220. The project is estimated between $100,000 and $250,000, requiring bidders to be registered in the System for Awards Management (SAM). Key tasks include replacing roofing, windows, and doors, and ensuring compliance with safety and environmental regulations. The contractor must manage safety protocols, obtain necessary permits, and maintain a workplace adhering to OSHA standards. Performance is mandatory within specified time frames, and contractors are accountable for quality and adherence to contract specifications. Payment procedures involve submission of invoices and certified payroll records, with emphasis on sustainability through the use of biobased products. Overall, the solicitation emphasizes compliance, accountability, and environmental considerations, essential for maintaining government standards in construction projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    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.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Z--Replace Roof Visitor Center & Administration Bldg
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a presolicitation for the replacement of the roof at the Visitor Center and Administration Building of Fort Larned National Historic Site in Larned, Kansas. The project involves the removal of approximately 10,538 square feet of cedar shingles, inspection and replacement of skip sheeting, installation of fire retardant shingles, and necessary adjustments to the lightning protection system, among other tasks. This contract, set aside for small businesses, has an estimated value between $100,000 and $250,000, with a firm fixed price expected to be awarded in late winter 2025 or spring 2026. Interested contractors should contact James Bissaillon at jamesbissaillon@nps.gov or (402) 800-8292 for further details, and must ensure registration in the System for Award Management (SAM) prior to the solicitation close date.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of a new laboratory facility for the United States Department of Agriculture – Agricultural Research Service (USDA-ARS) in Auburn, Alabama. This project involves the construction of a state-of-the-art laboratory building, along with necessary site utilities, pavements, and optional additional structures such as a lab annex, greenhouse, and other related features at the USDA’s Research Park. The facility will support the National Soil Dynamics Research Unit (SDRU) as it relocates to this new site, highlighting the importance of advanced research capabilities in agricultural sciences. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, as there are no set-asides for this opportunity.
    Bldg 250 Roof Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Building 250 Roof Repair project located at Gabreski Airport in Westhampton Beach, NY. This project involves the repair of approximately 42,500 square feet of roofing, including the replacement of the membrane, flashing, gutters, downspouts, and walking tiles, with a project magnitude estimated between $500,000 and $1,000,000. The contract is set aside for small businesses under NAICS code 238160, with a size standard of $19 million in average annual revenue. Interested bidders are encouraged to attend a pre-bid conference and site visit on November 19, 2025, with bids due by December 10, 2025. For further inquiries, contractors may contact Sara Margaret Luna at saramargaret.luna.1@us.af.mil or Rolando Rowe at rolando.rowe@us.af.mil. Funding for the project is anticipated to be available by November 30, 2025.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    Mowing Services for Fort Supply Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide mowing services for Fort Supply Lake, Oklahoma. This procurement is a total small business set-aside, with the aim of maintaining the landscaping and groundskeeping at the site, which is crucial for environmental management and recreational use. The solicitation, identified as W912BV26QA015, is expected to be issued around December 12, 2025, with a closing date anticipated for January 12, 2026, and the contract will be awarded on a Firm-Fixed Price basis for one base period and four option periods. Interested contractors can reach out to Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or by phone at 918-669-7073 for further details.