Savannah River Site- Facilities IDIQ
ID: 12445225R0045Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 12Atlanta, GA, 303092449, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

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 Savannah River Site Facilities Indefinite Delivery Indefinite Quantity (IDIQ) contract, which encompasses a range of facility construction, maintenance, and repair projects in New Ellenton, South Carolina. The scope of work includes new construction, renovations, and repairs of various structures, with a contract ceiling of $7 million and individual task orders ranging from $2,000 to $1,000,000. This procurement is crucial for maintaining and enhancing the infrastructure at the Savannah River Site, ensuring compliance with safety regulations and building codes. Interested small businesses must submit their proposals by November 5, 2025, and can direct inquiries to Keisha Robinson at keisha.robinson@usda.gov or Penny Zortman at penny.zortman@usda.gov.

    Point(s) of Contact
    ZORTMAN, PENNY R
    penny.zortman@usda.gov
    Files
    Title
    Posted
    Amendment 0003 to Solicitation 12445225R0045 for the Savannah River Site Facilities Construction and Maintenance IDIQ extends the proposal due date from October 20, 2025, to November 5, 2025, at 5 PM EST. This amendment, issued by USDA-FS CSA EAST 12, also indicates that Requests for Information (RFIs) will be addressed in a subsequent Amendment 04. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods, such as completing and returning copies of the amendment or submitting a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer.
    Amendment 004 to Solicitation 12445225R0045 for the Savannah River Site Facilities Construction and Maintenance IDIQ addresses numerous RFI/questions, revises FAR clauses, and extends the bid due date to November 5, 2025. The project involves various facilities maintenance and construction tasks at the Savannah River Site. Key details include a five-year ordering period or until a $7 million ceiling is reached, an award of 3-5 IDIQ contracts, and clarification on task order types (firm-fixed-price for construction) and magnitudes ($2K-$1M). The amendment specifies requirements for South Carolina general building contractor licenses, bid guarantees for Seed Project 1, and clarifies responsibilities for tasks like furniture moving, flooring replacement, lighting, wall painting, ceiling work, and the handling of fire sprinkler and leaking pipe repairs. Detailed responses are provided for Seed Project 1 (interior repairs) and Seed Project 2 (roof cleaning and sewer line work), with an emphasis on using cost-effective and appropriate materials and methods, adherence to safety plans, and coordination with on-site personnel for storage and access.
    The USDA Forest Service at Savannah River Site (FS-SRS) is seeking to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for facility construction, maintenance, and repair projects at the Savannah River Site in New Ellenton, SC. This IDIQ will be awarded to multiple contractors offering the best value, utilizing a traditional design-bid-build method where the Government provides full designs. The scope encompasses a broad range of services, including new construction, renovations, repairs, remodeling, remediation, and demolition of various structures like buildings, restrooms, pavilions, and docks. Contractors must furnish all labor, materials, equipment, and supervision. Projects will be issued via competitive firm-fixed-price Task Orders, with a combined contract ceiling of $7 million, and individual task orders ranging from $2,000 to $1,000,000. Work must adhere to stringent safety regulations, building codes, and site-specific requirements, including 24-hour emergency response capability and strict security protocols for the Department of Energy facility.
    Attachment B, the "Construction Experience Form," is a document designed for firms to detail their construction project history, likely as part of a government Request for Proposal (RFP), federal grant application, or state/local RFP. The form requires comprehensive information about past projects, including the firm's name and contact person, project title and number, location, award and completion dates, and a detailed explanation of any differences between the award and final amounts. It also asks for the owner's contact information, the type of contract (Firm Fixed Price, Cost Reimbursement, or Other), and the firm's role (Prime Contractor, Sub Contractor, Joint Venture, or Other). A critical section requires a detailed description of the project and its relevance to the current RFP's requirements, highlighting unique features, square footage, and construction methods. Additionally, firms must describe the work they self-performed on the project. This form serves to assess a firm's qualifications, experience, and capacity to undertake new construction projects for government entities.
    The Past Performance Questionnaire (Attachment C) is a critical component of government source selection, designed to assess a contractor's past project performance. This document, marked as "Source Selection Information," collects detailed contractor and project information, including firm name, contact details, project title, contract numbers, dates, and original versus final contract prices with explanations for any differences. The questionnaire also gathers client information, such as organization name, point of contact, and their role in the project. A key feature is the rating scale (Exceptional to Unsatisfactory, plus Not Applicable) used to evaluate performance across several categories: Quality of Product or Service, Cost Control, Schedule, Management/Business Relations, and Regulatory Compliance. Each category includes specific aspects for evaluation, such as adherence to specifications, invoice accuracy, schedule adherence, personnel management, and compliance with laws and regulations. The questionnaire concludes with an overall rating and a recommendation on whether the client would select the firm for similar future requirements.
    The Contractor must comply with various acts, Executive Orders, and Presidential Memoranda to provide biobased and sustainable products. All supplies and materials must conform to applicable Federal specifications and standards, prioritizing the use of biobased and recycled products where feasible. The document lists numerous bio-preferred product categories for construction contracts, including engine oils, adhesives, asphalt restorers, carpets, composite panels, cleaners, lubricants, paints, and sealers, each with a specified minimum biobased content percentage. For additional information on the Department of Agriculture Biobased Program, refer to the provided link.
    The 'Special Contract Requirements for Savannah River Site' outlines essential regulations for contractors, subcontractors, and vendors working at this restricted government facility. Key areas include emergency procedures, site access authorization requiring background checks and specific training (GET A, GET2), and strict security protocols for deliveries, including prohibited items and advanced notification. Operational hours and receiving information are detailed, alongside mandates for compliance with safety, health, and environmental regulations, such as pollution prevention and erosion control. Contractors are responsible for equipment maintenance, site cleanup, and liabilities. The document also covers fire protection, quarantine restrictions for imported fire ants, required insurance, and procedures for lost security badges. Strict safety requirements for personnel, vehicles, and equipment, including PPE and written safety plans, are emphasized, with specific guidelines for the use of chainsaws and head protection. Attachments provide details on the badge request process and required identification. Non-compliance can lead to work suspension or contract termination.
    The Savannah River Site (SRS) Badge Request process outlines procedures for obtaining Subcontractor/New Employee and Visitor Badges. Subcontractor badges require a two-week lead time, while visitor badges need five days. Both processes involve personal and company information, including full name, company address, phone number, and Social Security Number. Applicants must specify their badge type (Subcontractor, Visitor, Renewal, or Lost), staff area, and point of contact. The document also details acceptable identification requirements, emphasizing the need for original, unexpired documents and a combination of primary and secondary IDs for facial recognition and employment authorization. Prohibited articles on SRS property include firearms, simulated weapons, explosives, alcohol, illegal drugs, certain chemical agents, drones, synthetic urine, and marijuana products. The Badge Office operates Monday-Friday, 6:30 a.m.-3 p.m., with a daily closure from 11:15 a.m. to noon, and uses a 'Waitwhile' queuing system for check-in. Specific directions and contact information for the Badge Office are provided.
    The SRS Building 760-G Interior Repair and Renovation project involves comprehensive interior upgrades to Building 760-G on the Savannah River Site. The project includes replacing ceiling tiles and lighting, painting walls, trims, and doors, replacing all flooring, and correcting fire sprinkler systems to ensure code compliance. The contractor is responsible for all labor, materials, and equipment. Specific instructions detail painting requirements, including surface preparation and areas to avoid, and specify flooring materials (carpet, tile, hardwood). The bathroom tile must not be altered. All work must adhere to provided drawings and specifications. Alternative product submissions require approval. A payment bond is required, with a 30-day performance period after the Notice to Proceed. The project location is the Department of Energy's Savannah River Site in Aiken County, S.C., with restricted access through Barricade 2.
    The SRS Building 760-G Intrusive Plant Management & Removal project requires a contractor to provide all necessary labor, materials, and equipment for removing intrusive plants from building sewers and the roof of Building No. 760-G. The scope includes cleanup and repair of affected areas. A Payment Bond is mandatory, due within 10 days of the Call Order award, with a 15-day performance period after the Notice to Proceed. Questions regarding the project must be submitted via email by 12:00 PM EST on October 27, 2024. The work will be conducted at the Department of Energy's Savannah River Site in Aiken County, S.C., with restricted contractor access through Barricade 2.
    The provided document, "ATTACHMENT 1. SRS BLGD 760-G INTERIOR REPAIR AND RENOVATION SCHEDULE OF ITEMS," outlines a project for interior repair and renovation. The scope of work includes painting walls and trim with zero VOC paints, removing and replacing existing carpet with a comparable alternative, and upgrading lighting by removing fluorescent fixtures and installing LED lights (Model 2BLT4 or equal). Additionally, the project involves removing and installing new ceiling tiles, repairing a leak in the ceiling (specifically, cracks in a copper piping tee joint), and replacing a refrigerator with a new model that includes an ice maker. The performance period for this project is 90 calendar days, and its estimated magnitude is between $70,000 and the final undisclosed amount. This document serves as a schedule of items for a government Request for Proposal (RFP) or similar procurement process, detailing the specific tasks required for the renovation of SRS BLGD 760-G.
    This government file outlines a Schedule of Items for the SRS Building 760-G Intrusive Plant Management & Removal project, indicating a Request for Proposal (RFP) or a similar procurement document. The project's magnitude falls between $2,000 and $15,000,000, as per FAR 36.204. Key tasks include scoping sewer lines, internal cleaning and inspection of pipes, relining sewers with cement, and removing/cleaning plant matter from the roof. The document specifies pay units and estimated quantities for each item, such as Lump Sum for sewer line scoping, LNFT for pipe cleaning and relining, and SQFT for plant removal from the roof. The total prices and unit prices are not disclosed in this excerpt.
    The document presents a detailed floor plan for Building No. 760-G, identified as the Engineering Building of the Forest Service, located at the Savannah River Site (SRS). This floor plan, labeled "FLOOR PLAN LAYOUT," is part of a United States Department of Agriculture, Forest Service project for Region 8. It outlines various offices, a conference room, a copy room, storage areas, and men's and women's restrooms, providing their respective square footage. Key areas include Office 4 (270 sq.ft.), Conference Room (290 sq.ft.), and Copy Room (166 sq.ft.), along with numerous other offices ranging from 92 to 215 sq.ft. The drawing also includes dimensional measurements for different sections of the building and a scale in feet, indicating that it is "BASED ON SURVEY COORDINATES" and "SCALED TO A 11x17" sheet. The document serves as a comprehensive architectural drawing for the building's layout, crucial for planning, renovation, or facility management within a government context.
    This document outlines the finish specifications and site plan for the Savannah River Site (SRS) Forest Service Compound. The finish spec sheet details interior paint colors (O' White/Light Beige, Light Blue), trim colors (White, Dark Beige, Medium Stain), and flooring options (Blue Multi Carpet Rolls, Grey Stripe Carpet Tile, Grey Marble), along with accent paneling. It specifies that all interior doors and frames are finished in white (T1). The site plan provides a detailed layout of the SRS Forest Service Compound, identifying various buildings and facilities such as research buildings, administrative facilities, storage shelters, and maintenance structures, including their identification numbers and descriptions. It also maps out infrastructure like the hiking trail, laydown yard, parking areas, and septic tanks. The legend clarifies symbols for wooded areas, surfaced areas, light poles, hedges, shrubs, trash receptacles, and control points. This comprehensive document serves as a guide for both the aesthetic finishes and the physical layout of the compound.
    The document provides a detailed floor plan and finish schedule for the USDA Forest Service Building 760-G at the Savannah River Site (SRS). It outlines the layout of various offices, a conference room, copy room, storage areas, and restrooms, specifying their square footage. For instance, Office 4 is 270 sq.ft., the Conference Room is 290 sq.ft., and the Men's Restroom is 95 sq.ft. The document also includes a comprehensive finish schedule for each space, detailing wall (W), accent (A), tile (T), and floor (F) finishes using specific codes like W2, A2, T3, and F2. The plan is based on a survey, scaled for an 11x17 sheet, and includes a scale in feet. This file serves as a blueprint for construction, renovation, or maintenance, ensuring consistent application of materials and design within the facility.
    Solicitation No. 12445225R0045 outlines an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for facilities maintenance at the Savannah River Site. This RFP covers a broad range of construction, maintenance, and repair projects, including new construction and renovations of various buildings. All work must comply with current building codes, safety regulations (OSHA, NRC), and environmental standards. The contract specifies a performance period from November 1, 2025, to October 31, 2030, with a minimum order of $2,000 and a maximum of $1,000,000 per task order. Contractors are required to submit pricing for all items and adhere to
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    REGION ONE A&E IDIQ
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for architectural and engineering services in Region One, which includes Montana, northern Idaho, far eastern Washington, and parts of North and South Dakota. The contract will cover a range of services including structural, civil, water, and wastewater design and inspection for transportation systems and infrastructure, as well as support for recreation sites and minor facility maintenance. This total small business set-aside has an estimated value exceeding $10 million and is scheduled to run from March 2026 to February 2031. Interested small businesses are encouraged to submit capability statements within 15 days to Crystal Amos at crystal.amos@usda.gov.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    W912HN26RA003 - Hartwell O/M Project
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Hartwell Operations and Maintenance Project (RFP W912HN26RA003) to provide comprehensive maintenance, repair, and minor construction services across various facilities associated with the Hartwell Project in Georgia and South Carolina. The contract encompasses a wide range of services, including cleaning, landscaping, equipment maintenance, and emergency response, aimed at ensuring the operational integrity of facilities such as campgrounds, dams, and the power plant. This opportunity is set aside for small businesses under the NAICS code 561210, with a firm-fixed-price contract expected to be awarded following a competitive negotiation process. Interested parties must maintain active registrations in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals by the deadline of January 5, 2026. For further inquiries, contact Rohan Bryan at rohan.a.bryan@usace.army.mil or by phone at 912-652-5619.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    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.
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    Notification to the public of consolidation of contract requirements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Mobile District, is initiating a procurement for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $4.5 million for general repair and construction services at the Engineer Research and Development Center (ERDC) in Vicksburg, Mississippi. This contract aims to consolidate multiple discrete site requirements into a single procurement to enhance operational efficiency, streamline acquisition processes, and ensure timely completion of critical repair and construction tasks, particularly as the fiscal year concludes. The consolidation is aligned with the Small Business Administration’s 8(a) Business Development Program, supporting small business participation while providing flexibility and cost efficiency. Interested parties can contact Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details.
    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.