Z--Roof work - MA
ID: 140FC225R0004Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Roofing Contractors (238160)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for roofing and siding work on Quarters 5 at the Eastern Massachusetts National Wildlife Refuge in Sudbury, MA. The project involves replacing approximately 2,000 square feet of asphalt shingle roofing and 3,822 square feet of vinyl siding, along with necessary appurtenant work, while ensuring compliance with OSHA standards and federal regulations. This maintenance work is crucial for preserving the functionality and safety of the facility, which supports wildlife conservation efforts. Interested contractors must submit their proposals by January 24, 2025, at 3:00 PM ET, and can direct inquiries to Christine Beauregard at Christine_Beauregard@fws.gov or by phone at 413-253-8232.

    Point(s) of Contact
    Files
    Title
    Posted
    The document, although encoded and difficult to interpret, seems to encompass a range of topics relevant to government Request for Proposals (RFPs) and federal grants. It likely includes various sections outlining funding opportunities, guidelines for proposal submissions, and compliance requirements. Key ideas may revolve around support for local projects, the importance of adhering to federal guidelines, and the competitive nature of securing grants and contracts. The structure hints at themes concerning financial assistance for community development, infrastructure improvements, and environmental assessments. Each proposal likely necessitates detailed planning, risk assessments, and adherence to local regulations. In essence, the main topic focuses on resources available through government initiatives while urging stakeholders to follow prescribed protocols. This underscores the significance of proper documentation and project planning in successfully obtaining funding and executing projects. Building local capacity and fostering community resilience appear to be underlying goals of these programs, aligning with broader governmental objectives of sustainable development and social equity.
    The document outlines a Request for Proposal (RFP) for the reroofing and residing of Quarters 5 in the Eastern Massachusetts National Wildlife Refuge. It includes a structured quote schedule divided into base quote items and an additive quote item. The base items specify the replacement of an asphalt shingle roof for approximately 2,000 square feet, along with the replacement of 192 square feet of deteriorated roof sheathing, with an understanding that compensation for the sheathing will be based on actual installation rather than estimates. The additive item proposed involves installing vinyl siding for about 3,822 square feet. This RFP invites contractors to provide estimates for the specified work, ensuring compliance with federal standards for construction and habitat management within the refuge. The document emphasizes the importance of accurate quantification and pricing for enhanced transparency and accountability in project execution.
    This document outlines the specifications for the reroofing and residing of the Quarters 5 building at the Eastern Massachusetts National Wildlife Refuge (NWR). The project involves replacing the existing asphalt shingle roof and vinyl siding for a two-story structure with an approximately 2,000 square foot roof area and 3,822 square feet of siding. Key requirements include the installation of new roofing materials, flashings, and vent boots, while existing gutters and fascia boards will remain intact. The contractor must provide all necessary labor and materials, ensuring compliance with OSHA standards and managing site operations during weekdays. Safety protocols are emphasized throughout the project. The document specifies required submittals prior to installation, including product literature related to roofing and siding materials. Overall, this project addresses necessary building maintenance to ensure its functionality while adhering to federal safety and quality standards. The specifications aim for a reliable and aesthetically pleasing outcome that aligns with the facility's operational needs.
    The document outlines a request for quotes for a project involving the reroofing and residing of Quarters 5 Building at the Eastern MA National Wildlife Refuge in Massachusetts. The key elements include a base quote for reroofing approximately 2,000 square feet with asphalt shingles, alongside required appurtenant work. Additionally, there is a specification for replacing about 192 square feet of deteriorated roof sheathing, with compensation based on actual square footage installed. Alternate quote items include the installation of vinyl siding for approximately 3,822 square feet and the replacement of soffits, fascias, gutters, and downspouts. The document calls for specific details from the bidder, including their name, signature, address, date, telephone number, and SAM UEI. The overall purpose is to solicit bids from contractors for this restoration project, ensuring compliance with federal procurement guidelines.
    The document outlines the specifications for a contract to reroof and reside Quarters 5 at the Eastern MA National Wildlife Refuge (NWR). The project involves replacing approximately 2,000 square feet of asphalt shingle roofing on a two-story building, with additional work including replacing vinyl siding, gutters, fascia boards, soffit, and downspouts. The contractor must provide all necessary labor and materials, ensuring compliance with OSHA standards. Site operations are restricted to weekdays during specified hours to minimize disruption. The contractor is responsible for cleaning up daily, handling project waste responsibly, and maintaining a safe work environment. Key materials specified include asphalt shingles, plywood sheathing, and vinyl siding that complies with national standards. The document includes requirements for submitting product information for approval prior to installation, ensuring adherence to standards and specifications. The summary highlights the meticulous attention to regulatory compliance, safety, and detailed material specifications as crucial components of this governmental RFP, indicating a well-structured and thorough approach to public facility maintenance.
    The document presents a Past or Present Performance Survey, primarily aimed at collecting detailed information from companies regarding their previous contracts, particularly with government entities. It requires the company to provide its basic business info, including organizational details, executives, and Unique Entity ID from SAM.gov. The main section focuses on ongoing or completed contracts, particularly government contracts, with prompts to detail the contracting agency, project title, scope of work performed, subcontracting details, period of performance, completion dates, quality control, and safety measures employed. The survey requires the completion of the information for up to three contracts and includes a certification section where the preparer verifies the accuracy of the submitted information. This survey serves to evaluate potential contractors’ past performance, which is a crucial criterion in government procurement processes for refining the selection of reliable and experienced contractors for federal grants and RFPs.
    The document serves as a Q&A regarding a government Request for Proposals (RFP) focused on siding replacement and related construction details for a structure. The main topics include specifications for materials, responsibilities of the contractor and government, and logistical considerations for the project. Key points include the requirement to replace the siding on the entire structure, flash windows per installation standards, and the government being responsible for all electrical work. Additionally, contractors must provide their own bathroom facilities and adhere to specific work hours, with weekend work requiring prior approval. Security clearances are not necessary, and no specific permits are needed for the job, which includes roofing only under the alternate siding item specifically for the garage. Overall, the document outlines essential requirements and clarifications for contractors bidding on the project while establishing clear expectations for both parties in a structured manner.
    The document is an amendment to solicitation number 140FC225R0004, which pertains to a construction project involving re-roofing of quarters at a specified facility. The amendment includes critical updates such as an extension for submission due dates to January 24, 2025, by 3:00 PM ET, and the posting of questions and answers related to the solicitation. Contractors must acknowledge receipt of this amendment and can modify previously submitted offers by reference to this amendment. Detailed instructions for acknowledging the amendment and potential offer changes are provided. The document highlights that all terms and conditions from the original solicitation remain in effect, emphasizing the procedural requirements for contractors engaged in federal procurement. This amendment aligns with standard practices in managing government RFPs, ensuring that offerors are informed and compliant with revised timelines and requirements for bid submissions.
    This document is an amendment (No. 0002) to solicitation number 140FC225R0004 concerning a federal construction project managed by the FWS (Fish and Wildlife Service) based in Falls Church, VA. It outlines specific procedures that contractors must follow to acknowledge receipt of the amendment and modify submitted offers accordingly, ensuring that all changes are received before the specified deadline. Specifically, this amendment involves revisions to the scope of work and the quote schedule, with all submissions still due by January 24, 2025, before 3:00 PM ET. The document emphasizes the importance of adhering to the conditions laid out and provides clear instructions on how modifications can be communicated. It reinforces that despite this modification, all previous terms and conditions remain unchanged and enforceable. The amendment serves to clarify and update participants on critical aspects of the contract and reflects ongoing processes typical in government requests for proposals (RFPs), ensuring compliance and transparency in federal contracting procedures.
    The U.S. Fish and Wildlife Service (FWS) has issued a Request for Proposal (RFP) for roofing work on quarters, with an option for siding repairs, located at the Eastern MA Complex NWR in Sudbury, MA. The anticipated performance period is approximately two months, contingent upon favorable weather. This solicitation is categorized as a 100% Small Business set-aside under FAR Part 13, with the NAICS code 238160 for roofing contractors. Interested parties must submit proposals by January 6, 2025, and a pre-proposal site visit is scheduled for December 23, 2024. Bidders are required to present a firm-fixed price along with a preliminary project schedule, past performance on similar work from the last five years, and adhere to specific performance and payment bond requirements based on project cost. Moreover, the magnitude of the construction project ranges from $100,000 to $250,000. This RFP aligns with government protocols to engage small businesses while ensuring compliance with labor, environmental, and telecommunication regulations. Submissions must follow guidelines for SAM registration, insurance evidence, and electronic invoicing via the Invoice Processing Platform (IPP), showcasing the government's commitment to efficient contract management and compliance.
    Lifecycle
    Title
    Type
    Roof work - MA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Supply and Delivery of Fencing Material Ellicott
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking qualified small businesses to supply and deliver fencing materials for the Ellicott Slough Fencing Project at the San Luis National Wildlife Refuge Complex in Los Banos, California. The procurement involves a firm-fixed price contract for both base and optional materials, including drill pipe fence posts, top rails, sucker rods, T-posts, and wire, all of which must match existing styles and be serviceable. This project is crucial for rebuilding a perimeter fence, ensuring the integrity and security of the wildlife refuge. Quotes are due by 1:00 PM Eastern Time on December 18, 2025, with the performance period set from January 1, 2026, to April 1, 2026. Interested offerors must have an active SAM.gov registration and submit their offers via email to Tanner Frank at TannerFrank@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    MT BOWDOIN NWR MAIN SHOP LIGHTS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting quotations for the replacement of lighting fixtures at the Bowdoin National Wildlife Refuge, specifically in the Maintenance Shop and Cold Bay storage area. The project involves removing outdated lighting and installing high-output LED fixtures, including the proper disposal of old materials, to enhance energy efficiency and safety. This procurement is a 100% Total Small Business set-aside, with a firm-fixed price contract expected to be awarded in late December 2025, and the work is to be completed by February 15, 2026. Interested contractors should submit their quotes and any inquiries to Jeremy Riva at jeremyriva@fws.gov by the closing date of December 18, 2025, at 1700 EST, and are encouraged to attend a site visit to better understand the project requirements.
    F--VA-GREAT DISMAL SWAMP NWR-POCOSIN Hazard Fuels Re
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to participate in a contract for Hazard Fuels Reduction and Pocosin Management at the Great Dismal Swamp National Wildlife Refuge in Suffolk, Virginia. The project involves chipping and masticating 126 acres of previously cut and bundled trees, with a focus on minimizing environmental impact and adhering to strict operational guidelines to protect sensitive habitats and endangered species. This initiative is crucial for enhancing habitat quality in line with the refuge's management plan. Interested contractors must submit their proposals by December 18, 2025, with all inquiries directed to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    OK- DEEP FORK NWR-AUTOMATIC GATE OPENER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the installation of an automatic gate opener at the Deep Fork National Wildlife Refuge (NWR) in Okmulgee, Oklahoma. The project requires the contractor to provide all necessary personnel, equipment, and materials to install the gate opener, which aims to enhance security and improve operational efficiency at the facility. This opportunity is a 100% Total Small Business Set-Aside, with a contract value estimated at less than $25,000, and proposals are due by January 16, 2026, at 5:00 PM EDT. Interested contractors are encouraged to attend a site visit on January 5 or January 7, 2026, and should direct inquiries to John Ferrall at johnferrall@fws.gov.