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.
    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.
    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.
    BPA for Asbestos and Mold Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the McAlester Army Ammunition Plant, is seeking proposals for a Blanket Purchase Agreement (BPA) for asbestos and mold testing services. The procurement aims to engage AHERA-accredited building inspectors to conduct inspections of suspected asbestos-containing materials, adhering to EPA regulations for sampling, documentation, and laboratory analysis. This initiative is crucial for hazard identification and remediation, ensuring compliance with environmental safety standards. Interested contractors must submit their signed proposals by September 23, 2024, at 3:00 PM Central Daylight Time, and are required to have an active registration in the System for Award Management (SAM). For further inquiries, Regina Gibson can be contacted at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    IDIQ for Abatement & Remediation Services
    Active
    Agriculture, Department Of
    Presolicitation notice from the Department of Agriculture, specifically the Agricultural Research Service, for an Indefinite Delivery Type Contract for abatement and remediation services. The services are needed to stabilize, clean, and remediate the Beltsville Location campus due to its age and history. The contract will be for one year with four priced optional years. The contractor will be responsible for specialized abatement, remediation, cleaning, contaminant disposal, and repair services related to asbestos, mold, lead, and other materials such as PBC and mercury. The market research is ongoing and a set-aside determination has not yet been made.
    Phase 1 4FL Forest Housing Deferred Maintenance
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is soliciting bids for the Phase 1 4FL Forest Housing Deferred Maintenance project located in McCall, Idaho, specifically within the Payette National Forest. This project involves critical construction activities, including the installation of new utilities, demolition of existing structures, and the construction of a new laundry facility, all aimed at improving housing infrastructure for government employees. The contract is set aside for small businesses, with a total estimated value between $250,000 and $500,000, and the performance period is scheduled from September 30, 2024, to October 30, 2025. Interested contractors must submit their proposals by September 23, 2024, at 5:00 PM EST, and can direct inquiries to Brenda Simmons at brenda.simmons@usda.gov.
    Perform mold inspection on the property at 2731 Chestnut Street New Orleans, LA 70130
    Active
    Homeland Security, Department Of
    Perform mold inspection on the property at 2731 Chestnut Street New Orleans, LA 70130. This service is typically used to assess and identify the presence of mold in a building. The Department of Homeland Security, specifically the US Coast Guard, is seeking this service. The procurement is a combined synopsis/solicitation and is set aside for small businesses. The place of performance is in New Orleans, Louisiana, with the primary contact being Sterling Davis. The contact email is sterling.t.davis@uscg.mil and the phone number is 5042534526. The inspection must be completed according to the attached Statement of Work, and federal acquisition regulations and Louisiana Department of Labor Wage Determination 2015-5189 are applicable.
    BEAVERHEAD DEERLODGE NATIONAL FOREST - Copper Creek and Springhill Well Drilling Project
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Copper Creek and Springhill Well Drilling Project on the Beaverhead-Deerlodge National Forest in Montana. The project involves drilling two potable water wells at designated locations, requiring contractors to provide all necessary labor, materials, equipment, and supervision to complete the work in compliance with state regulations and environmental standards. This initiative is crucial for ensuring safe and reliable water access in the area while adhering to federal procurement processes. Interested contractors must submit sealed bids by September 23, 2024, with the contract valued between $25,000 and $100,000 and completion expected by October 31, 2024. For further inquiries, contractors can contact Wes Dudley at wesley.dudley@usda.gov or Mark Libby at mark.libby@usda.gov.
    Beaverhead Deerlodge National Forest fencing and spring developments
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking contractors for the Beaverhead Deerlodge National Forest fencing and spring developments project, which involves fenceline clearing, construction of fencing, and spring site development using government-furnished materials. The project is located approximately 50 miles southwest of Butte, Montana, and aims to enhance natural resource conservation and habitat improvement within the forest. The estimated contract value ranges from $25,000 to $100,000, with work expected to commence on June 1, 2025, and conclude by October 15, 2025. Interested contractors must submit their quotes along with a completed experience questionnaire by the bidding deadline of September 23, 2024. For further inquiries, contact John Curry at john.curry@usda.gov or call 605-673-9216.