PBARC Roof Repair and Painting for USDA ARS in Hilo, HI
ID: 12905B25Q0064Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PWA AAO ACQ/PER PROPALBANY, CA, 94710, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)
Timeline
    Description

    The U.S. Department of Agriculture's Agricultural Research Service (ARS) is seeking qualified contractors for the repair and painting of the laboratory roof at the Pacific Basin Agricultural Research Center in Hilo, Hawaii. The project entails inspecting and repairing approximately 28,000 square feet of an existing PVC roof system, as well as sealing and painting two stucco arches and a large exterior wall, with all work to be completed in accordance with the provided Statement of Work (SOW) and relevant regulations. This initiative is crucial for maintaining the facility's integrity and compliance with federal, state, and local codes, including health and safety standards. Interested contractors must submit their proposals by June 2, 2025, with an estimated project cost between $100,000 and $250,000, and are encouraged to contact Michael Sherlock at michael.sherlock@usda.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture’s Agricultural Research Service has issued a Statement of Work for a laboratory roof repair project at the Pacific Basin Agricultural Research Center in Hilo, Hawaii. This project involves inspecting and repairing approximately 28,000 square feet of an existing PVC roof system, sealing, and painting two stucco arches and a large exterior wall. The contractor will be responsible for all materials, labor, and necessary services, ensuring compliance with federal, state, and local codes, including health and safety regulations. Key tasks include probing the roof system for defects, cleaning, applying a tropical primer and coating to the arches and exterior wall, and securing any existing structures. The project must adhere to the Davis-Bacon Wage Act and the contractor is required to present a safety plan before commencing work. The project is expected to be completed within 90 calendar days from the notice to proceed, with a focus on quality control and proper disposal of materials. Overall, this initiative underscores the USDA’s commitment to maintaining its facilities in accordance with industry standards and safety requirements.
    The document appears to pertain to various federal and state/local request for proposals (RFPs) and grants aimed at addressing specific governmental needs. It outlines complex regulatory requirements and operational frameworks necessary for potential contractors and grant recipients to navigate when submitting proposals. The emphasis is on compliance with safety and environmental standards, as well as the overall enhancement of public services and infrastructure. Key topics include the procurement process, guidelines for proposal submission, and criteria evaluation for grant applications. The document likely stresses the importance of documentation accuracy, adherence to deadlines, and collaboration with governmental entities to ensure that proposed solutions meet specified objectives and community needs. In addition, safety protocols, budget constraints, and timelines are critical elements under discussion, demonstrating the need for prospective applicants to be well-prepared and informed. The overarching goal is to provide a clear pathway for organizations to engage with government projects that promote service efficiency and regulatory compliance. Thus, this document serves as an essential guide for entities seeking to secure government contracts or grants while ensuring the fulfillment of legislative and operational criteria.
    The U.S. Department of Agriculture's Agricultural Research Service has provided a form (ARS-371) that contractors must use to document the progress and payment schedule for construction projects. This form is required within 14 days of receiving a Notice to Proceed and is essential even if no partial payments are requested. Contractors must fill in details such as contract number, project amount, calendar days, start and completion dates, and the location of the project. The form also requires a breakdown of work by assigning dollar values and percentages to different branches, along with approximate start and end dates for each. The completed form must be signed by the contractor and approved by the contracting officer, and a copy should accompany payment requests. This structured approach ensures transparency and accountability in project management within the context of federal contracting and grants, fostering compliance and efficient funding allocation for agricultural projects.
    The document outlines a Contractor's Request for Payment Transmittal related to a federal contract, detailing the financial aspects of a project, including payment amounts for progress and materials. It requires contractors to submit information such as the original contract amount, amended figures due to change orders, total adjusted contract prices, and the value of work performed or materials stored at the site. The document specifies deductions for previous payments and calculates the net amount due for the current progress payment. Additionally, it includes a certification by the contractor confirming compliance with payment obligations to subcontractors and suppliers linked to the contract. Signature lines are provided for authorized representatives and pertinent project management officials for verification and approval. This form is a standard compliance tool within the context of government RFPs and grants, ensuring transparent financial documentation for taxpayer-funded projects.
    The USDA Agricultural Research Service (ARS) is issuing a pre-solicitation notice for roof repair and painting at its DKI PBARC facility in Hilo, HI, under RFQ #12905B25Q0064. This construction project, estimated to cost between $100,000 and $250,000, requires a contractor to supply all necessary labor, materials, and supervision. The contract will follow a Firm Fixed Price model and is categorized as a small business set-aside under NAICS Code 238160, with a size standard of $19.0 million. The RFQ is expected to be released around May 5, 2025, and will be available on the SAM website, necessitating that all interested offerors maintain their System for Award Management registration. Additionally, specifics regarding change order adjustments are provided through USDA's contracting resources. This initiative emphasizes USDA's commitment to maintaining its facilities while fostering small business participation in federal projects.
    The United States Department of Agriculture's Agricultural Research Service (USDA-ARS) outlines a draft Statement of Work for a project involving the repair of the laboratory's roof and the sealing and repainting of arches and an exterior wall at the Pacific Basin Agricultural Research Center in Hilo, Hawaii. The contractor will conduct a comprehensive inspection and repair of about 28,000 square feet of the existing IB PVC roof system, which includes sealing and repainting two arches and a 40' x 200' exterior wall. All materials used must be of premium quality, complying with federal, state, and local codes. The project requires the contractor to manage all aspects, from sourcing materials to disposing of debris, ensuring compliance with the Davis-Bacon Wage Act. A Site-Specific Safety Plan must be submitted, addressing safety during construction. The project is expected to be completed within 90 calendar days from the notice to proceed. The USDA-ARS emphasizes the need for adherence to existing standards and specifications, including the submission of operation and maintenance data before final payment. This RFP supports the government's commitment to maintaining and improving research facilities while ensuring safety and compliance throughout the project.
    The USDA Agricultural Research Service (ARS) has issued a Request for Proposal (RFP) for the repair and painting of the laboratory roof at its facility located in Hilo, Hawaii. The project, designated as RFQ #12905B25Q0064, requires the contractor to provide all necessary labor, materials, equipment, and supervision for the task, following the Statement of Work (SOW) and relevant regulatory requirements. The estimated project cost is between $100,000 and $250,000, with a performance period of 90 days after receiving the notice to proceed and a requirement for performance and payment bonds. Bids must be submitted by June 2, 2025, and adhere to specific solicitation clauses and conditions, including compliance with the Department of Labor wage rates applicable to construction contracts. Proposals will be evaluated based on completeness and adherence to the requirements, with the offeror required to manage all related activities to ensure successful project completion. The document further outlines procurement processes, including bonding requirements, employee qualifications, inspections, and final acceptance protocols, all essential for maintaining the integrity and safety of government contracts.
    Similar Opportunities
    ROOF INSPECTION, REPAIR AND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Buchanan, Puerto Rico, is soliciting bids for a Firm Fixed Price contract for roof inspection, repair, and maintenance services. The project, identified as Invitation for Bid (IFB) No. W912C326BA002, is a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, focusing on various roofing systems including modified bitumen, EPDM, and metal. Contractors are required to adhere to strict safety and environmental regulations, submit detailed reports, and ensure compliance with installation security procedures. Interested parties must monitor the Contract Opportunities website for updates and submit their bids along with a 20% bid bond guarantee by the specified deadline. For further inquiries, contact Jose Lopez at jose.m.lopezfeliciano.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil.
    089495-26-A-0018 Farmington, NM MPO Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the Farmington Main Post Office located at 2301 E. 20th Street, Farmington, NM. The project requires contractors to provide all necessary materials, labor, and services to remove the existing roof system, inspect for damage, and install a new fully-adhered 60-mil PVC roof system, along with necessary repairs and insulation, adhering to applicable codes and regulations. The estimated cost for this project ranges from $750,000 to $1,500,000, with a completion deadline of 180 calendar days after the Notice to Proceed. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by January 28, 2026, and are encouraged to attend a pre-proposal meeting on January 15, 2026. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    Manele Small Boat Harbor Breakwater Repair, Lanai, Hawaii
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking letters of interest from prime contractors for the Manele Small Boat Harbor Breakwater Repair project in Lanai, Hawaii. The project involves maintenance repairs of the rubble mound breakwater, including resetting existing stones and providing new stones as needed, with an estimated construction cost between $5 million and $10 million. This opportunity is crucial for maintaining coastal infrastructure and ensuring safe navigation in the area. Interested contractors must submit their qualifications and relevant experience by December 24, 2025, at 2:00 p.m. Hawaii Standard Time, to the designated contacts, Christie Lee and Jennifer Ko, via email.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    12905B25R0002 Amendment 0005 - Solicitation for Water Well Repair USDA-ARS-PWA Dubois ID
    Agriculture, Department Of
    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.
    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.
    GAOA Facility Painting Bitterroot National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting bids for the GAOA Facility Painting project at the Bitterroot National Forest in Montana. The project entails the exterior painting of several buildings, including mechanical paint removal, pressure washing, priming, caulking, and applying two coats of exterior latex paint, with a focus on historical structures that may contain lead-based paint. This initiative is crucial for maintaining the integrity and appearance of government facilities, ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals by December 22, 2025, with the performance period scheduled from June 1, 2026, to July 31, 2026. For further inquiries, potential bidders can contact Pat Newberry at patricia.newberry@usda.gov or Lisa Rakich at lisa.rakich@usda.gov.
    Sources Sought: Pest Control Service Advisor/Manager for the USDA, ARS, WRRC and PGEC in Albany, CA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified vendors for a Pest Control Service Advisor/Manager position at the Western Regional Research Center (WRRC) in Albany, California. The selected contractor will provide pesticide advisory services and supplemental spraying for various plant species, including tomatoes, wheat, and maize, while addressing threats from pests and pathogens in the greenhouse complex. This role is critical for maintaining plant health and supporting ongoing research efforts through integrated pest management practices. Interested vendors must submit their capability statements, including relevant experience and qualifications, to Shelley C. Steen at shelley.steen@usda.gov by the specified deadline, as this opportunity is part of a Total Small Business Set-Aside initiative under NAICS code 561710.