Stanton Work Center Basement Mold Remediation and Restoration
ID: 12443924Q0055Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA FOREST SERVICESAINT PAUL, MN, 55108, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The USDA Forest Service is seeking qualified contractors for mold remediation and restoration services at the Stanton Work Center Basement in Morehead, Kentucky. The project involves the removal of damaged materials, cleaning affected areas, and replacing them with mold-resistant alternatives, while adhering to sustainability practices and environmental protection standards. This procurement is a total small business set-aside under NAICS code 562910, with a firm fixed-price contract anticipated to be awarded based on technical capability, past performance, and cost. Interested contractors must submit their quotes electronically by September 19, 2024, and are encouraged to attend a pre-offer meeting on September 10, 2024. For further inquiries, contact Sunday Street at sunday.street@usda.gov or David Easter at dceaster@fs.fed.us.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an Experience and Past Performance Questionnaire aimed at contractors participating in government Requests for Proposals (RFPs) and grants. The questionnaire gathers essential information about the contractor's background, including their business structure, years of experience, list of completed projects, current contract commitments, and organizational capabilities. Key components include the contractor's name, contact information, contract history over the past three years, and confirmation of their ability to engage with the project, such as stating if they have ever failed to complete a project or needed a performance bond. Contractors must also detail their workforce capacity, available equipment, and projected progress rates. Additionally, the qualifications of key personnel are to be outlined. The document concludes with a certification section that requires a contractor's signature, affirming the accuracy of the provided information and their registration status in the System for Award Management (SAM). Overall, the purpose of this questionnaire is to assess the qualifications and reliability of contractors seeking governmental contracts, ensuring they can meet the requirements of federal and local projects efficiently.
    The government document 12443924Q0055 pertains to a Request for Quotation (RFQ) related to mold remediation and restoration at the Stanton Work Center in Morehead, Kentucky. Issued by the USDA Forest Service, it outlines the specifications for removing damaged materials and applying mold preventative solutions. The RFQ emphasizes that quotes must be submitted by September 19, 2024, and requires contractors to be registered in the System for Award Management (SAM). It details the scope of work, including removal of mold-affected materials, installation of new drywall, and application of protective coatings. The document underscores the importance of environmental protection, payment processing through the Invoice Processing Platform (IPP), and outlines inspection and acceptance protocols governed by the Contracting Officer’s Representative. It includes various federal acquisition regulations and clauses that contractors must comply with, emphasizing the procurement of domestic supplies and adherence to labor standards. This RFQ demonstrates the government’s commitment to maintaining safe and compliant facilities while engaging responsible vendors for necessary restoration efforts.
    The USDA requires contractors for mold remediation and restoration services at the Stanton Work Center Basement in Stanton, KY. The project involves removing damaged materials, cleaning affected areas, and replacing them with mold-resistant alternatives. Key tasks include the removal of vinyl cove bases, damaged drywall, and an exterior entrance, followed by disinfection and the application of mold preventative coatings. The replacement door must meet specific requirements for durability and fire rating. Sustainability is a priority, with a requirement for the use of energy-efficient, water-efficient, biobased, and environmentally preferable products in compliance with federal guidelines. The contractor is also expected to maintain a clean job site and adhere to environmental protection standards. A pre-offer meeting is scheduled for September 10, 2024, with awards based on the best value, taking into account technical capability, past performance, and cost. The document details the criteria for evaluation and emphasizes the importance of demonstrating relevant experience in similar projects. A pre-work meeting will further ensure compliance with contract specifications and effective communication between all parties involved.
    The document outlines extensive details concerning a series of federal and local Requests for Proposals (RFPs) and grants targeted at enhancing various governmental services and infrastructure. It emphasizes the importance of strategic planning and compliance with regulations to ensure effective fund utilization and project delivery. A notable focus is placed on environmental considerations, safety measures, and the potential impact of proposed initiatives on public health and community well-being. Key points include guidelines for application processes, eligibility criteria for funding, and objectives behind specific projects. The importance of collaboration among government agencies and stakeholders is also underscored to maximize the effectiveness of these grants. The document seeks to support efficient project execution and reinforce government accountability. By establishing clear expectations for proposal submissions, the government aims to foster innovation and responsiveness to community needs, ultimately enhancing public service delivery and quality of life. This encapsulation is crucial for entities interested in leveraging federal assistance for local advancements, guiding them through the complexities of the application and implementation phases.
    The document outlines mandatory contractor training requirements for employees working on federal contracts, emphasizing compliance with USDA regulations. Contractors must ensure personnel complete specified training courses on topics such as unconscious bias, harassment, information security, records management, and Section 508 compliance annually, within designated timeframes. Moreover, all personnel requiring routine access to federal facilities or information systems must undergo a successful background investigation. Additionally, it details wage and hour regulations under the Service Contract Act (SCA) and the Walsh-Healey Public Contracts Act (WHPCA), which include minimum wage, overtime pay, child labor restrictions, and required working conditions. The text highlights the obligation to provide paid sick leave as per Executive Order 13706, mandating one hour of paid sick leave for every 30 hours worked, enabling usage for personal and family health needs. The summary also covers employee rights regarding discrimination and harassment under various federal laws, ensuring equal opportunity in the workplace. Overall, the document serves as a comprehensive guide for contractors, emphasizing their responsibilities to adhere to federal employment standards and training requirements to foster a safe and equitable work environment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Daniel Boone National Forest (DBNF) Cumberland Ranger District – Fern Bluff Work Center Roof System Replacements
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors for the replacement of roof systems at the Fern Bluff Work Center located in Morehead, Kentucky. The project involves removing existing roofs, replacing damaged decking, and installing new sustainable metal roof systems on four buildings, with a total project value anticipated to be under $100,000. This initiative is crucial for maintaining federal facilities and ensuring compliance with environmental standards, including the use of biobased products and adherence to the Davis-Bacon Act for wage determinations. Interested contractors must submit their quotes electronically by September 23, 2024, and are encouraged to attend a pre-bid meeting on September 13, 2024, to gather site-specific information. For further inquiries, potential bidders can contact Sunday Street at sunday.street@usda.gov or David Easter at david.easter@usda.gov.
    F--Mold Remediation at Fort Union, New Mexico
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors for mold remediation services at a housing unit located at Fort Union National Monument in New Mexico. The primary objective is to remove toxic mold from the utility room and furnace area, which has affected two bedrooms, due to a leaking furnace gasket. This project is critical for ensuring the safety and habitability of the housing unit, with a performance period scheduled from September 20, 2024, to September 30, 2024, and a proposal submission deadline set for September 18, 2024, at 1:00 p.m. MDT. Interested contractors should contact Stacy Vallie at StacyVallie@nps.gov or call 307-344-2076 for further details.
    589A5-24-110 REMEIDATE MOLD, BLDG 5 TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a federal contract aimed at remediating mold in Building 5 at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves critical tasks such as removing and replacing duct insulation, cleaning HVAC systems, and executing general construction activities associated with mold remediation, all while adhering to stringent safety and compliance standards. This initiative underscores the government's commitment to maintaining safe and healthy environments within VA facilities, ensuring the well-being of veterans. Proposals are due by September 20, 2024, with a project completion timeline of 30 days post-notice to proceed; interested contractors must contact Timothy Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    CCRD RADON MITIGATION
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for a radon mitigation project at two buildings within the Clear Creek Ranger District in Idaho Springs, Colorado. The objective is to install effective radon mitigation systems in response to elevated radon levels detected in January 2024, ensuring that post-installation levels meet acceptable safety standards. This project is crucial for maintaining environmental health and safety in public facilities, particularly given the significant radon levels recorded during testing, which indicated potential health risks. Proposals are due by September 18, 2024, with a total project budget under $25,000. Interested contractors should submit their proposals electronically to Westley Bisson at westley.bisson@usda.gov, and for any inquiries, they may contact Kamber Box at Kamber.Box@usda.gov.
    F--Mold Removal - Tohono O'odham Detention Center
    Active
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking qualified contractors for mold removal services at the Tohono O'odham Detention Center in Sells, Arizona. The project requires certified contractors to perform mold abatement in five detention shower stalls, ensuring compliance with federal and tribal health standards while providing all necessary labor, materials, and services within a 30-day performance period post-award. This procurement emphasizes the importance of engaging Indian Economic Enterprises, with a 100% set-aside for such businesses, and mandates adherence to federal labor regulations, including wage determinations. Interested parties must submit their all-inclusive quotes by September 20, 2024, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 602-241-4566.
    EMERGENCY MOLD RESTORATION for BIE-JFK Day School
    Active
    Interior, Department Of The
    The Bureau of Indian Education (BIE) is soliciting proposals for an emergency mold abatement project at the John F. Kennedy Day School located in Cedar Creek, Arizona. The project requires contractors to provide all necessary materials, labor, and supervision to remediate mold contamination in mobile classroom T-31, ensuring compliance with health and safety regulations within a 30-day timeframe following the Notice to Proceed. This initiative is crucial for maintaining a safe educational environment for students and is exclusively open to Indian Small Business Economic Enterprises (ISBEEs), promoting local economic participation. Proposals must be submitted by September 17, 2024, at noon MDT, with a mandatory site visit scheduled for September 12, 2024, and all inquiries directed to Mary Jane Johnson at maryjane.johnson@bie.edu.
    Hazardous Tree Removal & Right of Way Corridor Clearing, Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for hazardous tree removal and right-of-way corridor clearing at Barren River Lake in Kentucky. The contractor is required to provide all necessary materials, labor, and supervision to complete the project, which must commence within 10 calendar days of contract award and be finalized within 120 calendar days. This project is critical for maintaining the integrity of the site and is set aside exclusively for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises. Interested contractors are encouraged to attend a site visit on September 18, 2024, with proposals due by September 20, 2024, at 2:00 PM Eastern Time. For further inquiries, contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.
    Flooring Replacement - St. Paul, Minnesota - 3rd Floor Admin Building - Northern Research Station
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking qualified contractors for the flooring replacement project at the Northern Research Station's 3rd Floor Administration Building in St. Paul, Minnesota. The project involves the legal abatement and removal of approximately 5,100 square feet of asbestos-containing flooring, followed by the installation of new luxury vinyl tile, baseboards, and associated trim. This renovation is crucial for maintaining a safe and functional work environment, adhering to health and safety regulations during construction activities. Interested contractors must submit their quotes electronically by the specified deadline and are required to be registered in SAM.gov; a site visit is scheduled for September 12, 2024, with a performance period of 60 days from the Notice to Proceed. For further inquiries, contractors can contact Erin Garcia at erin.garcia@usda.gov.
    Tree Trimming & Hazard Tree Removal, Modoc National Forest
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals for tree trimming and hazard tree removal services within the Modoc National Forest, specifically at the Warner Mountain Ranger District and Canby Work Center. The project involves maintenance of approximately 41 trees to enhance safety around administrative sites located in Cedarville, Canby, and Adin, California, requiring contractors to provide materials, labor, and supervision while adhering to industry best practices and safety protocols. This initiative underscores the importance of environmental management and safety within national forest lands, while also promoting participation from small business contractors, as the solicitation is a total small business set-aside. Proposals are due by September 18, 2024, with work expected to be conducted between May 15 and September 30, 2024, and interested parties can contact Margaret Forrest at margaret.forrest@usda.gov or Joshua Kline at joshua.kline@usda.gov for further information.
    GMUG NF Mechanical Site Prep
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking proposals for the "GMUG NF Mechanical Site Prep" project, which involves site preparation and rehabilitation across the Grand Mesa, Uncompahgre, and Gunnison National Forests in Colorado. The project encompasses the rehabilitation of 109 sites across three timber sales, focusing on ecological restoration through activities such as soil ripping and debris management, with a total performance period of 21 days. This initiative is part of broader federal efforts to manage and restore public lands sustainably, emphasizing the importance of small business participation in federal contracting. Interested contractors must submit their proposals by September 23, 2024, and can direct inquiries to Rebecca Schowalter at rebecca.l.schowalter@usda.gov.