Blackrock Jackson Cabin Spray Foam Insulation
ID: 1282B125Q0025Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICE-SPOC IMWashington, DC, 202500001, USA

NAICS

Drywall and Insulation Contractors (238310)

PSC

MAINTENANCE OF OTHER RESIDENTIAL BUILDINGS (Z1FZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 11:00 PM UTC
Description

The USDA Forest Service is seeking a qualified vendor to apply closed-cell spray foam insulation in the crawl spaces of ten housing units located at the Bridger-Teton National Forest in Jackson and Moran, Wyoming. The project aims to enhance insulation quality to prevent issues such as frozen water lines during winter, thereby improving living conditions for Forest Service employees. This procurement is set aside for small businesses under NAICS code 238310, with a performance period from June 16, 2025, to September 30, 2025. Interested parties must submit their proposals, including a technical approach and price quote, by the extended deadline of April 15, 2025, at 5:00 PM Mountain Time, and can contact Mark Charpentier at mark.charpentier@usda.gov for further information.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 4:06 PM UTC
The document pertains to an amendment of solicitation 1282B125Q0025 issued by the USDA Forest Service, extending the deadline for offers until April 15, 2025, at 5:00 PM Mountain Time. It provides clarification on various aspects related to the project, including dimensions and specifications of the houses involved, which are classified into smaller and larger units. The larger units measure approximately 28.5 feet by 19 feet, while the smaller units are about 20.5 feet by 14 feet, with a crawl space height of 2 feet. The amendment responds to contractors' inquiries, emphasizing that square footage measurements include both interior skirting and floor area, and no removal of materials from crawl spaces is required. It also clarifies that since the project involves services rather than construction, there is no obligation to disclose project magnitude. Site visits can be arranged with the Contracting Officer's Representative, but no pre-bid meeting will occur. Overall, the document functions as an official amendment to a federal solicitation, ensuring potential bidders have necessary information to submit informed offers and outlining procedural requirements for acknowledgment of the amendment.
Apr 9, 2025, 4:06 PM UTC
The Bridger-Teton National Forest has issued a Request for Proposals (RFP) for spray foam insulation at multiple locations. Bidders must propose unit prices for three specific projects: 2" spray foam insulation at the Cottonwood Work Center (1,700 sq ft), Rosencrans Lane (2,200 sq ft), and Blackrock Work Center (1,900 sq ft). Bids should be submitted with unit prices rounded to the nearest cent, and discrepancies between unit and total prices will require adherence to the specified unit price, as outlined in the Federal Acquisition Regulations regarding bid mistakes. The government reserves the right to request further details to assess the pricing structure's reasonableness. This initiative underscores the importance of insulation in maintaining the integrity of forest service buildings while ensuring compliance with federal procurement standards.
Apr 9, 2025, 4:06 PM UTC
The Bridger-Teton National Forest is seeking a vendor to apply closed-cell spray foam insulation in the crawl spaces of ten log cabin housing units to address recurring issues of frozen water lines. The cabins in question are situated across three locations: Cottonwood Work Center and Rosencrans Lane in Jackson, WY, and Blackrock Work Center in Moran, WY. Despite being recently constructed, the cabins lack sufficient insulation, prompting the need for this project aimed at ensuring above-freezing temperatures for water lines during winter. The work is set to commence on June 16, 2025, and extend through September 30, 2025, with no government-furnished equipment or items available for the contractor. All insulation materials must meet specified fire safety characteristics, with installation requirements emphasizing cleanliness and dryness of surfaces. The document also outlines conditions for access to work sites, staging areas, and the necessity of adhering to manufacturer's instructions for insulation application. Overall, this initiative demonstrates the Forest Service's commitment to improving living conditions for employees in relation to their housing infrastructure.
Apr 9, 2025, 4:06 PM UTC
The document primarily concerns federal and state RFPs (Requests for Proposals) and grants. It outlines the process for organizations seeking to partner with government bodies for various projects, detailing requirements for proposal submissions, eligibility criteria, and compliance with government standards. The text suggests that prospective bidders must demonstrate a clear understanding of project specifications, adhere to timelines, and uphold quality standards. It emphasizes the significance of thorough documentation and strategic planning to enhance success in acquiring funding or contracts. The document underlines the importance of aligning proposed projects with governmental objectives while ensuring transparency and accountability in the bidding process. Overall, it serves as a guideline for organizations to navigate the complexities of government procurements effectively.
Apr 9, 2025, 4:06 PM UTC
Apr 9, 2025, 4:06 PM UTC
The document outlines legal and construction-related provisions between a client and a designer for a construction project identified as "Bridger Teton." Key topics include indemnification, risk allocation, document ownership, and dispute resolution. The client agrees to indemnify the designer against claims arising from negligent actions. Liability for the designer is capped at $50,000, limiting exposure for any damages or claims. All documents produced remain the designer's property and cannot be reused without written consent. Disputes must be addressed through non-binding mediation, governed by the laws of the designer's business location. The file further details specific engineering and architectural plans for a log cabin project, emphasizing structural integrity and construction standards. Notable elements include material specifications, fastening schedules, and installation notes to ensure compliance with safety regulations and building codes. Overall, the document provides a comprehensive framework for the construction endeavor, establishing clear responsibilities and protections for both parties while adhering to necessary legal standards.
Apr 9, 2025, 4:06 PM UTC
The USDA Forest Service is seeking vendors through a Request for Quotation (RFQ) to apply closed cell spray foam insulation in crawl spaces of ten housing units at the Bridger-Teton National Forest. This procurement is set aside for small businesses under NAICS code 238310, with a size standard of $19.0M. The project performance period spans from June 16, 2025, to September 30, 2025, and spans multiple locations within Jackson and Moran, Wyoming. The bidding documents specify that offers must include a technical proposal, price quote, and contractor certifications. Proposals will be evaluated based on their technical approach and price, with an emphasis on the work plan's quality. The document outlines various federal clauses that will govern the contract, ensuring compliance with regulations and standards. The successful contractor will be expected to deliver quality work while adhering to specific contract terms and conditions published by the Federal Acquisition Regulation (FAR). The project aims to enhance insulation quality for Forest Service employee housing, reflecting a commitment to improving living conditions for government employees in the region.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Insulate Potato Storage Barn
Buyer not available
The United States Department of Agriculture (USDA), through its Agricultural Research Service (ARS), is seeking proposals for the insulation of a potato storage barn located in Chapman, Maine. The project aims to enhance the thermal performance of the facility, originally constructed in 1968, by reinsulating it and upgrading the aging HVAC systems to maintain optimal storage temperatures between 40°F and 45°F. This initiative is crucial for preserving agricultural resources and ensuring effective storage conditions for potatoes, reflecting the government's commitment to sustainable infrastructure. Interested small businesses must submit their proposals by the specified deadlines, with the project budget estimated between $100,000 and $250,000, and a performance period of 120 days post-award. For further details, potential bidders can contact Elizabeth Wilson at elizabeth.wilson2@usda.gov.
Forest Wide HVAC and Piping
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the "Forest Wide HVAC and Piping" project, which involves replacing existing galvanized steel piping with PEX piping and retrofitting several homes in Panguitch, Utah, with central cooling systems. The project aims to enhance the functionality and efficiency of residential facilities within the Dixie National Forest, ensuring compliance with current standards and improving living conditions for occupants. The contract value is estimated between $100,000 and $250,000, with a performance period of 120 calendar days starting from June 1, 2025. Interested contractors must attend a pre-proposal site visit on May 16, 2025, and direct inquiries to the contracting officer, Westley Bisson, at westley.bisson@usda.gov.
BPA- HVAC Insulation
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) focused on HVAC insulation services at Dover Air Force Base in Delaware. This procurement is a 100% Small Business Set-Aside, requiring contractors to provide management, tools, materials, and labor for the installation of insulation aimed at enhancing energy efficiency and safety across various applications. Interested contractors must submit their proposals via email by May 1, 2025, with all questions directed to the designated points of contact by April 23, 2025. For further inquiries, potential offerors can reach out to Ms. Princess Rivera at princess.rivera.1@us.af.mil or Lt. Jayden Thiergood at jayden.thiergood.1@us.af.mil.
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.
Solicitation: Insulation Board, Thermal (NSN: 5640-01-609-1656; 5640-01-609-1660; 5640-01-609-1653)
Buyer not available
The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of thermal insulation products, including LINER-SE, THERMAL LINER, and THERMAL LINER, AA ENDWALL, with specified quantities of 53, 69, and 54 units respectively. This firm-fixed-price contract emphasizes strict adherence to military packaging, preservation standards, and compliance with technical data access rules, which include export control requirements. The insulation products are critical for military applications, ensuring operational efficiency and safety in various equipment. Interested bidders must submit their proposals electronically through the System for Award Management (SAM) portal, acknowledging all amendments, and ensuring a minimum bid acceptance period of 90 days. For further inquiries, contact Jonice Green at jonice.d.green.civ@army.mil or call 571-588-1526.
J--Repair of Fire Suppression at Yosemite Residences
Buyer not available
The Department of the Interior, through the National Park Service, is seeking a contractor to perform repairs on the fire suppression systems at residences within Yosemite National Park. The project involves a firm fixed-price contract to address deficiencies identified during annual testing, including reconfiguring sprinkler layouts and replacing specific sprinkler heads, while ensuring compliance with National Fire Protection Association standards. This procurement is crucial for maintaining safety and compliance in park facilities, with an estimated construction magnitude between $100,000 and $250,000. Interested small businesses must have an active SAM registration and are encouraged to direct inquiries to Timothy Modjeski at Modjeski, Timothy, via email at TimModjeski@nps.gov or by phone at 303-819-9916. The RFQ is expected to be available electronically on or around May 5, 2025, with proposals due 30 days after issuance.
GAOA FY25 McCall Area Housing Barracks Replacement
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for the GAOA FY25 McCall Area Housing Barracks Replacement project in Idaho. This project involves the installation of new site utilities, demolition of existing bunkhouses, and construction of new prefabricated barracks and a laundry building at the McCall Area Housing site within the Payette National Forest. The estimated project value ranges from $1,000,000 to $5,000,000, with work expected to commence around August 1, 2025, and be completed within 365 days, including options for additional work. Interested contractors should contact Karen Carleton at karen.carleton@usda.gov or Lonnie Root at Lonnie.Root@usda.gov for further details, noting that this opportunity is set aside for small businesses.
NIFC 115 NWS CARPET REPLACE
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking quotations for a carpet and cove base replacement project at the National Interagency Fire Center (NIFC) in Boise, Idaho. The project involves the removal and replacement of approximately 200 square yards of carpet and cove base molding within occupied rooms, requiring careful coordination to minimize disruption to employees and adherence to safety protocols. This procurement is significant for maintaining functional workspaces and ensuring compliance with federal labor standards, including the Davis-Bacon Act, which mandates specific wage rates for workers involved in the project. Interested small businesses must submit their quotations by May 20, 2025, following a mandatory site visit on May 1, 2025, and can direct inquiries to Matthew Steele at masteele@blm.gov or by phone at 208-387-5130. The estimated contract value ranges between $25,000 and $100,000.
53--INSULATION,THERMAL,
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of thermal insulation, specifically NSN 5330013311489. The requirement includes two lines: 28 units to be delivered to DLA Distribution Warner Robins within 206 days and 1 unit to be delivered within 30 days. This insulation is crucial for various defense applications, ensuring operational efficiency and safety. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil, as the solicitation is set aside for total small business participation.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.