ISLAND PARK HOUSING REROOFING
ID: 1240LT25R0016Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA INTERMOUNTAIN 8Ogden, UT, 844012310, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Z1AZ)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the Island Park Housing Reroofing project located in Island Park, Idaho. The procurement involves the removal and replacement of metal roofs on ten housing units, including bunkhouses and duplexes, with an emphasis on sustainable practices and compliance with federal regulations, such as the Davis-Bacon Act for wage determinations. This project is crucial for maintaining the infrastructure of the Caribou-Targhee National Forest and ensuring safe living conditions for administrative staff. Interested contractors should contact Tony Taylor at tony.taylor@usda.gov, with the contract performance period set to commence on August 1, 2025, and last for 90 days, alongside a total small business set-aside designation.

    Point(s) of Contact
    Tony Taylor - Contract Specialist
    tony.taylor@usda.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a construction project titled "Island Park Housing Reroofing," issued by the USDA-FS in Ogden, UT. The project involves the removal and replacement of metal roofing on ten housing units located in the Ashton-Island Park Ranger District of the Caribou-Targhee National Forest, Idaho. The contract obligates the selected contractor to execute the work within 396 calendar days, commencing on August 1, 2025, and emphasizes adherence to specific standards, including compliance with the Davis-Bacon Act for wage determinations. Key details include the contractor's responsibility for performance and payment bonds, bid guarantees, and provisions for optional work relating to replacing damaged sheathing. The proposal requires contractors to ensure sustainable practices and prioritize domestic construction materials according to the Buy American Act. Additionally, the document stipulates inspection protocols, environmental regulations, and documentation requirements. It encourages participation from small businesses, underlining a commitment to equitable opportunities. Overall, the RFP represents the government's initiative to maintain and improve its facilities while adhering to regulatory, budgetary, and sustainability mandates.
    The document outlines a government Request for Proposal (RFP) for the reroofing project at Island Park Dwellings, involving ten units. It specifies a list of items with unit measures, quantities, and pricing structure, which includes mobilization, selective demolition, underlayment, roofing components, and optional bid items for potential sheathing replacement. Contractors are required to provide a firm fixed price for all items listed, ensuring the quote remains valid for at least 60 calendar days post-submission. Additional notes specify that payment for bond premiums is included under the mobilization item, and that optional items are the discretion of the government to exercise, with adherence to specific Federal Acquisition Regulation terms. This RFP emphasizes the structured procurement process for construction projects, ensuring comprehensive compliance and cost clarity for both parties involved.
    The Island Park Ranger District of the U.S. Forest Service is initiating a housing roof replacement project located at 3726 State Highway 20, Island Park, ID. The project encompasses the replacement of roofs on various dwellings and bunkhouses as outlined in detailed engineering drawings. Key components include mobilization, preparation for re-roofing, and installation of materials such as ice and water shield, metal roof panels, ridge vents, and vented soffit and fascia. A schedule of items defines quantities and measurements for each task, including optional bid items like sheathing. Travel directions to the site are provided, allowing for easy access. Specific roof details and specifications are included to ensure compliance with design standards. The project reflects a commitment to maintaining infrastructure in the Caribou-Targhee National Forest while ensuring the safety and functionality of housing facilities for administrative staff. The documentation is intended for potential bidders responding to the RFP, and it showcases the Forest Service’s adherence to regulatory requirements and proper construction techniques.
    The Island Park Housing Reroofing project involves a comprehensive scope of work for replacing metal roofs on ten housing units in the Ashton-Island Park Ranger District of the Caribou-Targhee National Forest, Idaho. The contract includes the removal and disposal of existing roofing materials, installation of new metal roofs, flashing, ventilation components, and optional removal and replacement of damaged sheathing. Contractors must adhere to specific site conditions, including providing temporary toilet facilities and managing access during construction. The document outlines measurement and payment protocols for various construction activities, emphasizing that payments will be based on specified pay items and operations. Additional sections cover mobilization, submittal procedures for project materials, and construction waste management, requiring contractors to achieve a 50% salvage and recycling rate of non-hazardous waste. Through rigorous planning and compliance with regulatory standards, the project aims to modernize housing facilities while ensuring the safety of construction activities and environmental protection. The project timeline is set to commence on June 1, 2025, lasting 90 days, aligning with federal and state RFP protocols for public works projects.
    The document outlines the General Decision Number ID20250021 for construction wage determinations in Idaho, effective February 7, 2025. It specifies counties affected, including Bear Lake, Bingham, and others, and highlights the Davis-Bacon Act's requirement for minimum wage rates under Executive Orders 14026 and 13658. For contracts awarded after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $13.30 per hour. The document lists prevailing wage rates for various job classifications such as electricians, plumbers, and carpenters, detailing rates and fringe benefits. It also covers zone pay rates based on distance from designated post offices and guidelines for unlisted classifications. Additionally, it outlines the appeals process concerning wage determinations, establishing procedures for initial requests and appeals to the Wage and Hour Administrator or the Administrative Review Board. This comprehensive wage determination aims to ensure fair compensation and adherence to federal regulations for contractors involved in construction projects funded or overseen by the government.
    The USDA Forest Service's Past Performance/Experience Questionnaire serves as a tool for contractors to demonstrate their qualifications in response to solicitations. The document requests essential information such as the contractor's name, type of business, years of relevant experience, and examples of similar projects completed in the last three years. Additionally, contractors must disclose any concurrent contractual commitments, previous work failures, available workforce, and equipment for the project. The form also seeks to understand the experience of principal business individuals involved. A key certification process confirms the authenticity of the provided information. Overall, this questionnaire is designed to assess the contractor's capability and reliability for executing projects, which is crucial in the context of federal and local RFPs and grants aimed at ensuring competent service delivery.
    The Island Park Housing Reroofing project addresses various aspects of the roofing renovation, including materials, construction guidelines, and logistical concerns. Key points include the requirement to replace wood fascia with steel, the government's responsibility for removing antennas prior to work, and specifications regarding existing structural features like soffits and porch details. The contract period is confirmed to be from August 1, 2025, to August 31, 2026, allowing for a performance window of 90 days for actual construction, which must be completed before winter weather sets in. Contractors are instructed to manage project costs according to specified divisions and to address any structural deficiencies encountered during demolition as differing site conditions. The contractor's responsibilities include managing laydown areas and ensuring the installation of soffit vents. There is also the expectation for recycling 50% of removed materials, with guidelines provided for managing waste. Specific clarifications about the repair of porches and the government’s removal of certain items before the commencement of work are also noted. This summary provides insight into the expectations and requirements set forth by the government for this roofing project.
    The Island Park Housing Reroofing document addresses inquiries related to the reroofing project of various buildings constructed between 1957 and 1984. One key question concerns the number of layers to be removed during the roofing process, specifically whether there is a single layer or multiple layers beneath the existing metal roofing. The response indicates uncertainty about the number of layers and advises bidders to prepare their proposals based on this potential variability. The document lists the years of construction and corresponding building identifiers, which serve as reference points for bidders to assess the complexity and scope of the work involved. This information is essential for potential contractors to formulate accurate bids and understand the historical context of the structures involved. Overall, the document serves as a preliminary communication to ensure that all bidders are adequately informed of the project specifics and bidding requirements.
    The document addresses questions related to the reroofing project of housing units in Island Park, specifically concerning the presence of asbestos in existing roofing materials. It confirms that while Building 1107 contains wood shakes beneath its metal roofing, other buildings likely do not have shingles underneath. In case asbestos-containing materials are discovered, the procedure for handling these will be classified as a change condition requiring appropriate remediation. The document reflects USDA policies regarding safety and the management of hazardous materials during construction projects, ensuring that potential health risks are mitigated professionally and in compliance with relevant regulations. This Q&A format serves to clarify concerns about asbestos testing and demolition safety, thereby informing contractors engaged in the federal RFP process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GAOA Idaho Airstrip Back Country 2
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the GAOA Idaho Airstrip Back Country 2 project, which involves deferred maintenance at three backcountry airstrips—Chamberlain, Cabin Creek, and Cold Meadows—within the Payette National Forest in Idaho. The project aims to enhance airstrip infrastructure through various tasks, including tree removal, installation of drainage systems, construction of tie-downs and information boards, and overall grading, while adhering to strict environmental regulations and utilizing non-motorized equipment. This initiative is crucial for maintaining safe access to remote areas and ensuring the functionality of these airstrips, which are vital for emergency services and recreational access. Proposals are due by January 9, 2026, and interested contractors should contact Pat Newberry at Patricia.newberry@usda.gov or Kellie Shaw at kellie.shaw@usda.gov for further details.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    End of the World Long Term Stewardship
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    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.
    ID FS NEZPR117 221(1), National Forest Service System Road 221 Rehabilitation
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is preparing to solicit bids for the rehabilitation of National Forest Service System Road 221 (ID FS NEZPR117 221(1)) located in Idaho County, Idaho. This project encompasses a comprehensive 29.7-mile rehabilitation effort, which includes pavement preservation, repair, subexcavation, and drainage improvements, with a tentative completion date set for Fall 2026. The estimated contract value ranges from $10 million to $20 million, and proposals will be accepted from a select group of six prime contractors as part of a Multiple Award Task Order Contract (MATOC) for the region. Interested vendors can obtain further details and preliminary plans by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the solicitation expected to be released in Winter 2025/2026.
    ID FLAP BONNER 841(1), Trestle Creek Road, MP 100 to 103.7
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the reconstruction and paving of Trestle Creek Road in Bonner County, Idaho, under project ID FLAP BONNER 841(1). The project aims to enhance a 3.75-mile stretch of roadway by implementing improvements such as riprap placement, roadway aggregates, asphalt concrete pavement, and drainage enhancements, ultimately facilitating year-round access to the Kaniksu National Forest. This initiative is part of the government's commitment to infrastructure improvement and environmental stewardship, with an estimated contract value between $5 million and $10 million. Interested vendors should note that the solicitation is set to be released in Spring 2025, with a completion target of Fall 2025, and can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520.
    Bitterroot Front 10 Year G-Z IRSC
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the Bitterroot Front 10-Year Integrated Resource Stewardship Contract (IRSC), aimed at enhancing forest restoration and reducing wildfire risks across approximately 13,000 acres in Montana. The contract will involve various service activities, including timber removal, road maintenance, and biomass removal, with an anticipated offering of at least 90,000 CCF of commercial timber over the contract's duration. This initiative is crucial for bolstering the region's wood utilization capacity and ensuring a consistent supply of wood products while adhering to environmental regulations and safety standards. Interested parties can contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057 for further details, and a site visit is scheduled for October 28, 2025, to discuss the project in depth.