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
    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.
    CRITICAL HOUSING MAINTENANCE CONSTRUCTION AT LOWMAN COMPOUND, BOISE NATL FOREST (GAOA)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit proposals for a construction project focused on critical housing maintenance at the Lowman Compound in Boise National Forest, Idaho. This project involves remodeling six buildings and is designated as a 100% Small Business Set-Aside, with an estimated value ranging from $250,000 to $500,000. The procurement will follow a Lowest Price Technically Acceptable source selection process, evaluating technical proposals based on past performance, technical experience, and project management approach. Interested contractors must have an active registration on SAM.gov and are encouraged to express their interest and submit a Capability Statement to Mary Harding at mary.harding@usda.gov. A site visit is planned for the fall, with further details to be announced on SAM.gov.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 development 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 site. The construction is critical for relocating the National Soil Dynamics Research Unit (SDRU) to enhance research capabilities in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or call 251-441-5584 for further details regarding the presolicitation notice.
    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
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is preparing to issue a solicitation for a firm-fixed-price construction contract to replace roofs at the Federal Prison Camp in Oakdale, Louisiana. The project entails replacing approximately 47,000 square feet of ceiling, 1,000 square feet of skylights, and various roofing systems totaling 286,200 square feet, with a performance period of 721 calendar days from the notice to proceed. This procurement is crucial for maintaining the structural integrity and safety of the penal facility, and it is set aside entirely for small businesses, with an estimated project value between $10 million and $25 million. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the Contract Opportunity website for the solicitation, expected to be available around December 1, 2025. For further inquiries, contact Patrick Ford at pford@bop.gov.
    Stafford Building Major Electrical Upgrade - Construction
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking contractors for the Stafford Building Major Electrical Upgrade project at the Mike Monroney Aeronautical Center in Oklahoma City, Oklahoma. This full and open competition procurement involves significant electrical work, including the replacement of switchgear, motor control centers, and secondary switchboards, with an estimated contract value between $1,000,000 and $5,000,000. The project is crucial for upgrading the existing electrical main service equipment to ensure operational efficiency and safety at the facility. Interested contractors must attend a mandatory site visit on November 6, submit questions by November 14, and deliver proposals by December 2, 2025, with further inquiries directed to Neil Amaral at neil.s.amaral@faa.gov or by phone at 405-954-8381.
    Blackwell Water Tower Rehab
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, is seeking contractors for the Blackwell Water Tower Rehabilitation project at the Blackwell Job Corps Civilian Conservation Center in Laona, Wisconsin. The project involves comprehensive rehabilitation of the water tower, including cleaning and recoating its interior and exterior, replacing the overflow system, and optional pump replacement, with an estimated contract value between $100,000 and $250,000. This initiative is crucial for maintaining safe and reliable water infrastructure within the Chequamegon-Nicolet National Forest, ensuring compliance with environmental and safety standards. Interested contractors must submit proposals that include separate technical and price components by the specified deadlines, with a site visit scheduled for October 30, 2025, and RSVP required by October 28, 2025. For further inquiries, contact Adam Garrison at adam.garrison@usda.gov or Nicholas Zane at nicholas.zane@usda.gov.
    OK FW SQH T501(1) Rehab Riverbank & Sandtown Wood Trail
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the Rehab Riverbank & Sandtown Woods Trail project located in the Sequoyah National Wildlife Refuge in Oklahoma. The project aims to enhance visitor access and experience by repairing approximately 1,150 linear feet of riverbank and reconstructing about 500 linear feet of a 6-foot-wide asphalt trail, which were damaged during the 2019 flooding event. This rehabilitation is crucial for maintaining the integrity of the trail and ensuring safe access for visitors to the Refuge, which is situated at the confluence of the Arkansas and Canadian Rivers. Interested small businesses must submit their bids by November 19, 2025, with an estimated project cost ranging from $700,000 to $2,000,000, and should direct inquiries to Laura Slauter at cflacquisitions@dot.gov or Jorey Deml at cflcontracts@dot.gov.
    TINKER AFB MAC BOA WWYK210364 Construct Loading Dock & Dock Leveler, B3113
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals from qualified contractors for the construction of a loading dock and dock leveler at Tinker Air Force Base, Oklahoma, under project WWYK210364. This project, estimated to cost between $1,000,000 and $5,000,000, involves comprehensive construction services, including the installation of a concrete deck, drainage systems, and safety features to facilitate the loading and unloading of various products, including hazardous materials. The contract is set aside for small businesses, with a proposal due date extended to November 25, 2025, at 2:00 PM CST, and interested parties must RSVP for an initial site visit by September 15, 2025. For further inquiries, contractors can contact Sara Hinds at sara.hinds.2@us.af.mil or Tamra Torres at tamra.torres@us.af.mil.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is soliciting proposals for the repair of a water well at the Range Sheep Production Efficiency Research Center in Dubois, Idaho. The project involves drilling a new well, demolishing existing infrastructure, and installing new piping and electrical connections, with an estimated construction cost between $1,000,000 and $5,000,000. This procurement is critical for ensuring the operational efficiency of the research center's water supply system. Interested contractors must submit their proposals by January 30, 2026, and are encouraged to direct any inquiries to Theodore Blume at the USDA via email at theodore.blume@usda.gov.