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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contract, designated as 1284LM26Q0005, requires services to be performed within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings or walkways. This procurement is crucial for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking bids for the "Bighorn National Forest - GAOA Roadside Tree Clearing/Grubbing" project, which involves clearing, grubbing, tree removal, stump removal, and material disposal along designated forest service roads in Wyoming. The contract aims to enhance forest management and safety by removing roadside trees and debris, ensuring compliance with environmental regulations and public safety standards. This Total Small Business Set-Aside opportunity has a performance period from June 1, 2026, to October 31, 2027, with proposals due by January 6, 2026, at 12:00 PM Mountain Time. Interested contractors can contact Curtis Landreth at curtis.r.landreth@usda.gov or 308-251-6801 for further details.
    Jackson Hole Levee Vegetation Spraying
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for a vegetation spraying contract related to the Jackson Hole Levee Project in Wyoming. The contract, identified by Solicitation No. W912EF26QA013, involves the management of woody vegetation less than six feet tall along approximately 33 miles of levees, with a focus on environmental protection and adherence to strict pesticide application protocols. This initiative is crucial for maintaining the integrity and functionality of flood control structures in the region. Interested small businesses must register with the System for Award Management (SAM) and can expect the solicitation to be released soon via https://sam.gov/, with further inquiries directed to Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    53--INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of thermal insulation, specifically NSN 5330013465186, with a requirement for 17 units to be delivered to the DLA Distribution Depot in Oklahoma within 150 days after order. This procurement is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in fulfilling government contracts. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes, which will be considered if received in a timely manner. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    25--INSULATION,THERMAL,
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of thermal insulation (NSN 2540014729902) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of 14 units. This insulation is critical for vehicular equipment components, and the items must comply with specific source-controlled drawings from approved manufacturers. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.