ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Hailey House Water Damage Repair & Mold Remediation

DEPARTMENT OF AGRICULTURE 1240LT25Q0047
Response Deadline
Aug 22, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Hailey House Water Damage Repair & Mold Remediation project located in Hailey, Idaho. The project entails comprehensive rehabilitation of water-damaged walls and ceilings, mold remediation, and the abatement of lead-based paint and asbestos, with a focus on ensuring compliance with environmental regulations and industry standards. This initiative is crucial for maintaining the safety and integrity of the Forest Service property, and the contract is valued between $25,000 and $100,000. Proposals are due by August 22, 2025, with a mandatory pre-proposal site visit scheduled for August 8, 2025. Interested contractors should submit their proposals electronically to Westley Bisson at westley.bisson@usda.gov.

Classification Codes

NAICS Code
562910
Remediation Services
PSC Code
F108
ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION

Solicitation Documents

15 Files
J.5 - Contractor Experience Questionaire.docx
Word18 KBAug 1, 2025
AI Summary
The USDA Forest Service's Experience Questionnaire is designed to assess the qualifications and capabilities of contractors for potential projects. It requires contractors to provide their name, contact information, business type, and years of experience, both as a primary and subcontractor. Contractors must list relevant projects completed in the past three years, including the contract amounts and contact details for project references. Additionally, the questionnaire seeks to understand any concurrent contractual commitments and past performance issues, including failures to complete work or bond-related completions. The questionnaire also captures essential data about available personnel and equipment for the proposed project, including the estimated rate of progress. Contractors must detail their personnel’s qualifications and experience. The document concludes with a certification section for the certifying official to affirm the accuracy of the provided information. Overall, this questionnaire facilitates the evaluation of contractor capabilities in line with federal RFP processes, ensuring that only qualified businesses are considered for projects under the U.S. Forest Service’s oversight.
J.1 Wage Determinations (Residential) (Blaine County, Idaho) (ID20250006) (01.03.2025) (6 Pages).pdf
PDF69 KBAug 1, 2025
AI Summary
The document outlines wage determinations for residential construction projects in Blaine County, Idaho, under General Decision Number ID20250006, effective January 3, 2025. It states that contracts falling under the Davis-Bacon Act must adhere to minimum wage requirements set by Executive Orders 14026 and 13658. If contracts are awarded after January 30, 2022, workers must be compensated at least $17.75 per hour; contracts awarded previously must ensure a minimum of $13.30 per hour if not renewed or extended thereafter. The document provides detailed wage rates for specific job classifications in the construction sector, along with information on the unlisted classifications that may arise post-award. It explains the wage appeals process and details on Occupational Safety requirements, including the establishment of paid sick leave under Executive Order 13706. The goal of the wage determination is to ensure fair labor practices and compliance with federal laws in relation to contractor-worker remuneration in federally funded or assisted projects. This update reflects ongoing adjustments to adhere to regulatory changes affecting worker rights and protections in residential construction across identified counties in Idaho.
J.4 Final Plans Photos Maps (13 Pages).pdf
PDF9261 KBAug 1, 2025
AI Summary
The document outlines the proposed repairs and mold remediation for the Hailey House located within the Ketchum Ranger District of the Sawtooth National Forest, as overseen by the U.S. Department of Agriculture's Forest Service. It details the necessary actions to address water damage and associated mold, emphasizing the removal and replacement of damaged drywall, fireboard, and blown-in insulation, requiring compliance with health regulations regarding lead-based paint and asbestos. Specifically, the project includes a comprehensive evaluation of water-damaged areas throughout the house, structural and aesthetic repairs, as well as optional work for patching and painting drywall cracks. Each section of the house, from the living room to various bedrooms and bathrooms, is addressed in terms of damage extent and proposed solutions. The documentation serves as a formal request for proposals (RFP) and outlines the conditions and requirements for contractors, ensuring adherence to federal and state guidelines during the remediation process. The project reflects the government’s commitment to maintaining safety and environmental standards in federal properties.
1240LT25Q0047 - Hailey House Water Damage Repair And Mold Remediation (26 Pages).pdf
PDF334 KBAug 1, 2025
AI Summary
The document outlines a Request for Quotation (RFQ) for the repair and mold remediation of the Hailey House, owned by the USDA Forest Service in Hailey, Idaho, following water damage. The project encompasses abatement of lead-based paint and asbestos and includes tasks such as drywall replacement, insulation removal, and mold remediation. The bidding timeline indicates a submission deadline of August 22, 2025, with a contract expected to be awarded shortly thereafter, paving the way for work to be completed between September 1 and October 31, 2025. Interested contractors must register on SAM.gov, submit a complete price proposal, and attend a pre-proposal site visit scheduled for August 8, 2025. The evaluation of proposals will consider both past performance and pricing, employing a best-value approach to award the contract. Compliance with federal regulations regarding labor standards and the Buy American requirement for construction materials is emphasized. Furthermore, specific goals for minority and female participation in the workforce during construction projects are set forth. This RFQ aims to procure qualified contractors for essential environmental repair work while adhering to federal contracting standards and fostering diversity in employment.
J.3 Statement of Work and Specs (86 Pages).pdf
PDF569 KBAug 1, 2025
AI Summary
The Hailey House Mold Remediation and Water Damage Repair project, overseen by the USDA Forest Service, involves comprehensive rehabilitation work to fix water-damaged areas and remediate mold in the property located in Hailey, Idaho. The contractor is tasked with removing and replacing lead-based paint affected sheetrock, insulation, and ensuring the proper disposal of construction waste while the building remains occupied. Key elements include extensive mold remediation, potential asbestos removal adjacent to the chimney, and all work must comply with environmental regulations and industry standards. The project timeline is set from July 1, 2025, to October 15, 2025, with specific attention to coordinating with ongoing tenant occupancy, thus requiring careful planning of work schedules and material staging. The document further outlines requirements for inspections, mobilization, submittals, and strict adherence to safety protocols regarding hazardous materials. It emphasizes the contractor's responsibility for proper waste disposal and worker protection, specifically related to lead-based paint and asbestos, ensuring a comprehensive approach to health and safety during the execution of the project.
J.2 Schedule of Items.xlsx
Excel15 KBAug 1, 2025
AI Summary
The Hailey House Water Damage Repair project is a federally funded initiative aimed at addressing extensive water damage and mold remediation within the structure located in the Sawtooth National Forest, Ketchum, Blaine County. This Task Order is scheduled for a performance period from August 18, 2025, to October 15, 2025, with a duration of two months. The project encompasses a series of tasks outlined in a pre-priced schedule, including mobilization, selective demolition of insulation and flooring impacted by water damage, installation of drywall, fire board, and insulation, as well as mold remediation. The total cost for these base bid items is to be determined, with additional options for settling crack repairs as needed. Given the potential hazards related to lead and asbestos present in some materials, comprehensive safety protocols will be vital throughout the project's execution. The overall goal is to restore the functionality and safety of the Hailey House while ensuring compliance with environmental regulations and safety standards. This document serves as an essential guide for potential contractors responding to the Request for Proposals (RFP) for the repair work.
1240LT25Q0047.0001 - Hailey House Repairs (4 Pages).pdf
PDF347 KBAug 18, 2025
AI Summary
Amendment 0001 to solicitation 1240LT25Q0047, for the Hailey House Water Damage Repair & Mold Remediation project, addresses pre-proposal site visit questions and provides asbestos and lead-based paint reports. The offer due date remains August 22, 2025, at 1700 (MT). The project, located at 220 3rd Ave S, Hailey, ID, involves rehabilitating water-damaged walls and ceilings, and remediating mold, including lead-based paint and asbestos abatement. The period of performance is from September 1, 2025, to October 31, 2025. Key clarifications include painting entire rooms that are being repaired with SW1904 Designer White, only addressing visible water damage, and encapsulating or removing fiberboard in specified locations. The house will be vacant during construction, and previously tested positive for lead-based paint and asbestos. Change orders will be approved by the COR via email, with official paperwork to follow.
J.6 - Hailey House Asbestos Report.pdf
PDF1411 KBAug 18, 2025
AI Summary
No AI summary available for this file.
J.7 - Hailey House LBP Inspection.pdf
PDF593 KBAug 18, 2025
AI Summary
No AI summary available for this file.
1240LT25Q0047 - Hailey House Water Damage Repair And Mold Remediation (26 Pages).pdf
PDF334 KBAug 18, 2025
AI Summary
This government Request for Quotation (RFQ) 1240LT25Q0047, issued by USDA-FS CSA INTERMOUNTAIN 8, seeks proposals for the Hailey House Water Damage Repair & Mold Remediation project in Hailey, ID. The project, valued between $25,000 and $100,000, involves comprehensive repairs, including lead-based paint and asbestos abatement, drywall replacement, insulation, painting, and mold remediation. A mandatory pre-proposal site visit is scheduled for August 8th, 2025. Proposals are due by August 22nd, 2025, and must be submitted electronically to Westley.Bisson@usda.gov. The period of performance is from September 1st, 2025, to October 31st, 2025. Evaluation will be based on price, past performance, and company experience, with particular emphasis on the relevance and quality of prior work. The RFQ also includes detailed clauses on domestic preference for construction materials (Buy American Act) and affirmative action requirements for equal employment opportunity.
J.1 Wage Determinations (Residential) (Blaine County, Idaho) (ID20250006) (01.03.2025) (6 Pages).pdf
PDF69 KBAug 18, 2025
AI Summary
This document, "General Decision Number: ID20250006," issued on January 3, 2025, outlines prevailing wage rates for residential construction projects (single-family homes and apartments up to four stories) in specific Idaho counties: Blaine, Camas, Cassia, Gooding, Jerome, Lincoln, Minidoka, and Twin Falls. It primarily concerns contracts subject to the Davis-Bacon Act and related acts. The document details minimum wage requirements under Executive Order 14026 ($17.75/hour for contracts entered into or renewed on or after January 30, 2022) and Executive Order 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed or extended thereafter). These rates are subject to annual adjustment. The file lists specific craft wage rates (e.g., Carpenter $9.09, Electrician $9.45) with a note that workers may be entitled to higher wages under the Executive Orders. It also addresses Executive Order 13706, mandating paid sick leave for federal contractors. The document explains how various wage rate identifiers (Union Rate, Union Average Rate, Survey Rate, State Adopted Rate) are determined and updated. Finally, it provides a detailed appeals process for wage determination matters, including contacts for initial decisions and subsequent reviews by the Wage and Hour Administrator and the Administrative Review Board.
J.2 Schedule of Items.xlsx
Excel15 KBAug 18, 2025
AI Summary
The document outlines a pre-priced schedule of items for the Hailey House Water Damage Repair and Mold Remediation project within the Sawtooth National Forest, Ketchum Ranger District, Blaine County. The project, with an estimated duration of two months (August 18, 2025, to October 15, 2025), details various tasks under a Base Bid and an Option #1. The Base Bid includes mobilization, selective demolition of drywall with lead-based paint (approx. 320 sq ft), asbestos-containing fire board (approx. 220 sq ft), insulation (approx. 60 sq ft), and flooring (approx. 40 sq ft). It also covers the installation of fire board (approx. 220 sq ft), drywall (approx. 320 sq ft), insulation (approx. 60 sq ft), flooring (approx. 40 sq ft), and mold remediation for 200 sq ft. Option #1 includes settling crack repairs for 180 linear feet. The document specifies quantities as either lump sum or approximate, with some marked as design quantities to be verified as actual quantities.
J.3 Statement of Work and Specs (86 Pages).pdf
PDF569 KBAug 18, 2025
AI Summary
This government file outlines the scope of work for the Hailey House Mold Remediation and Water Damage Repair project in Hailey, ID. The project involves rehabilitating water-damaged walls and ceilings, remediating mold, and removing asbestos and lead-based paint. The contractor is responsible for all labor, materials, and equipment. The work must comply with all specifications, environmental regulations, and industry standards, including those related to lead-based paint and asbestos abatement. The building will be occupied during construction, requiring coordination with tenants and the Contracting Officer’s Representative (COR). The project period is July 1 to October 15, 2025, with a 10-day construction window. Detailed submittal procedures, payment terms, and work restrictions are provided, emphasizing safety, waste disposal, and adherence to federal and state regulations.
J.4 Final Plans Photos Maps (13 Pages).pdf
PDF9261 KBAug 18, 2025
AI Summary
The document outlines a project for water damage repair and mold remediation at the Hailey House in the Sawtooth National Forest, Ketchum Ranger District. The project includes base bid repairs such as removing and replacing drywall (tested positive for lead-based paint), fireboard (tested positive for asbestos), and blown-in insulation. It also covers painting new drywall, replacing bathroom flooring with luxury vinyl planks, and mold remediation as needed. An optional task involves patching and painting settling cracks in drywall. The document provides detailed floor plans and specific repair locations within the living room, kitchen, upstairs south room, northwest bedroom, upstairs bathroom, northeast bedroom, upstairs north bedroom, and upstairs hallway, along with travel directions to the site.
J.5 - Contractor Experience Questionaire.docx
Word18 KBAug 18, 2025
AI Summary
The USDA Forest Service's Experience Questionnaire is a critical document for contractors seeking to work with the agency. It requires detailed information about a contractor's business structure, years of experience as a prime or sub-contractor, and a list of completed projects within the last three years. The questionnaire also asks about concurrent contractual commitments, any past failures to complete work, and whether the project site has been inspected. Furthermore, it gathers data on available employees (minimum and maximum numbers, and whether they are regularly on payroll), equipment, and estimated rates of progress. Information on key personnel's experience is also requested. This comprehensive questionnaire helps the Forest Service evaluate a contractor's capability to successfully complete a project, ensuring they meet the necessary qualifications and have a proven track record.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 1, 2025
amendedAmendment #1· Description UpdatedAug 1, 2025
amendedLatest Amendment· Description UpdatedAug 18, 2025
deadlineResponse DeadlineAug 22, 2025
expiryArchive DateSep 6, 2025

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
FOREST SERVICE
Office
USDA-FS, CSA INTERMOUNTAIN 8

Point of Contact

Name
Westley Bisson

Place of Performance

Hailey, Idaho, UNITED STATES

Official Sources