Y--PARKER SERVICE STATION ROOF REHAB
ID: 140R3025R0011Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONLOWER COLORADO REGIONAL OFFICEBOULDER CITY, NV, 89005, USA

NAICS

Roofing Contractors (238160)

PSC

CONSTRUCTION OF MAINTENANCE BUILDINGS (Y1EB)
Timeline
    Description

    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the rehabilitation of the roof at the Parker Service Station located at Parker Dam, California. The project entails the demolition of the existing roof, asbestos abatement, and the installation of new trusses along with a standing seam metal roof, with an estimated value between $25,000 and $100,000. This initiative underscores the government's commitment to maintaining infrastructure while promoting small business participation in federal contracts. Interested contractors must submit their proposals by June 3, 2024, and can direct inquiries to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation, Lower Colorado Region, seeks a contractor for roof rehabilitation at the Parker Dam service station. The project involves demolishing the existing roof, installing new trusses, and applying a standing seam metal roof. As part of this work, asbestos abatement is necessary in certain areas, specifically the interior ceiling and bathroom walls, which will be handled by a certified contractor. Key tasks include the removal of existing roofing, construction of new joists/trusses, installation of insulation, and renovation of the bathroom area. This solicitation is categorized as a total small business set aside, under NAICS code 238160, with an estimated project budget ranging from $25,000 to $100,000. The government will award a fixed-price contract based on the lowest price technical acceptable method. An RFP is anticipated to be issued around April 28, 2025, and only available electronically. Interested parties must register on SAM.gov for notifications and submission instructions. Bryan Williamson serves as the point of contact for inquiries related to this procurement.
    The Bureau of Reclamation’s Lower Colorado Region has issued a Sources Sought notice to identify contractors for the rehabilitation of the roof on the old service station at Parker Dam’s warehouse yard. This project involves the demolition of the existing roof, installation of new trusses, and roofing with a 4:12 pitch standing seam metal roof, as well as asbestos abatement in specific areas of the building. Interested contractors must submit capability statements outlining their qualifications, including company details, past project experiences, bonding capacity, and acknowledgment of asbestos handling protocols. The estimated project cost is between $25,000 and $100,000, and all submissions should be sent via email by April 7, 2025. This notice does not obligate the government to issue a solicitation or make any contract awards but allows for planning purposes and determination of procurement strategy. Registration in the System for Award Management (SAM) is required for participation in any potential upcoming procurement.
    The U.S. Department of the Interior’s Bureau of Reclamation has issued a Request for Proposal (RFP) under Solicitation No. 140R3025R0011 for the rehabilitation of the roof at Parker Dam's service station. This project involves demolishing the existing roof, installing new trusses, and fitting a standing seam metal roof. Additionally, asbestos abatement is required for the interior ceiling and bathroom walls. The estimated value of this construction project ranges from $25,000 to $100,000, and participation is limited to small businesses. A site visit for interested vendors will take place on May 13, 2025, and inquiries must be submitted in writing by May 16, 2025. Proposals will be evaluated based on technical proposals, past performance, work schedules, and pricing, ensuring adherence to various regulations, including the Buy American Act. Key documents necessary for proposal submission include the Statement of Work and requisite clauses pertaining to construction standards and safety protocols. This RFP illustrates the commitment to rehabilitate government properties while promoting small business participation and regulatory compliance.
    The Bureau of Reclamation is seeking to rehabilitate the roof of an old service station located at the Parker Dam warehouse yard, California. The project encompasses the demolition of the existing built-up roof, asbestos abatement, and the installation of new trusses and standing seam metal roofs. Key components include the removal of asbestos panels, the installation of joists/trusses for both the main building and awning, roofing ventilation, and the addition of R30 insulation. Proposals must include a lump sum price and a construction schedule developed using Critical Path Method. Safety is a priority; all work must follow OSHA guidelines, and a comprehensive safety program is required. The contractor must provide a waste management plan for handling hazardous materials and is responsible for protecting existing installations during the project. Government resources such as utilities will be available to the contractor on an as-is basis. Final acceptance of the work will follow a government inspection upon project completion. This document outlines the necessary requirements and safety protocols for contractors responding to the RFP.
    The document is a Request for Proposal (RFP) numbered 140R3025R0011, which includes an attachment related to wage determination. While the primary details of the proposal are not provided within the file, it establishes the context for federal procurements where federal wage standards and classifications are critical. This RFP framework suggests that the project may require contractors to comply with specific wage determinations, ensuring that workers are compensated according to federal regulations. This is a common practice in government contracts, aimed at protecting labor standards while fostering transparency and accountability in the procurement process. The inclusion of the wage determination attachment indicates the need for compliance with prevailing wage laws, thereby impacting how federal funds are allocated for labor costs.
    This Request for Proposal (RFP) document outlines the requirements for submitting a performance and payment bond related to federal contracts. The bonds serve as a guarantee to the U.S. government that the contractor (referred to as the Principal) will fulfill all contractual obligations, including payment for labor and materials supplied by subcontractors. The document specifies the legal name, business address of the Principal, and the involved Sureties, along with their respective liability limits. It includes clauses that void the bond under certain conditions, emphasizing that any changes to the contract do not require notice to Sureties. The form must adhere to the standards set by the General Services Administration and requires signatures and seals from authorized representatives of the Principal and Sureties. Furthermore, individuals or corporations executing the bond are prompted to include their relevant legal information and execution requirements, ensuring compliance with federal regulations. The document summarizes the expectations for bonds used in government projects to protect individuals supplying labor and materials, reinforcing transparency and accountability in federal contracting processes.
    The document is a "Release of Claims" (DI-137) form associated with Request for Proposal (RFP) 140R3025R0011 from the United States Department of the Interior. Its primary purpose is to formalize the release of the U.S. government from any further obligations or claims once a contractor completes the work and receives final payment. The contractor must provide a release of all claims against the U.S. prior to receiving the sum due under the contract. Key elements include spaces for the contractor's information, contract details, and an official certification of the authority to sign on behalf of the contractor, should they be a corporation. The form underscores the importance of clearly releasing the U.S. from any debts or liabilities in connection with the contract, which is a standard practice in government contracting to protect both parties post-completion of work. The document emphasizes accountability and legal clarity in federal contract execution and payment processes.
    The Bureau of Reclamation seeks proposals for the rehabilitation of the roof of the old service station at Parker Dam, California. The project includes the removal of an existing asbestos-laden built-up roof, the installation of new trusses for a standing seam metal roof, and the abatement of asbestos found in ceiling and wall panels. Additional work involves demolishing an awning and installing necessary decking, insulation, ventilation, and new interior finishes. Contractors must provide a lump-sum price and detailed technical proposals, including a construction schedule. Safety compliance is prioritized, requiring contractors to submit various safety and hazardous materials plans. The government will provide certain utilities for construction, but contractors must arrange for laydown areas and protect existing installations. Final inspections will confirm project completion before payment. This RFP demonstrates the government's commitment to maintaining infrastructure while ensuring compliance with environmental and safety regulations.
    The solicitation for the Parker Dam Service Station Roof Rehabilitation project outlines specific requirements for contractors interested in the work. It emphasizes the necessity for a metal roof with a minimum 1-inch double lock seam and concealed fasteners, tailored to withstand the local climate conditions. The document also specifies the drywall ceiling texture as a standard tape and spray with a knockdown finish and light sanding. Notably, the requirement for an attic access ladder has been waived due to the roof's low pitch, with access instead facilitated by a portable ladder. This RFI addresses crucial design considerations while ensuring the project meets functional and aesthetic standards as prescribed in the Statement of Work (SOW).
    The document is an amendment (Amendment 0001) to a solicitation (140R3025R0011) for the Parker Dam Service Station Roof Rehabilitation project. It outlines important updates related to the bidding process, specifically the addition of a Questions and Answers section to clarify inquiries from contractors. The deadline for quote submissions remains unchanged, due on June 3, 2024, at 17:00 MD. The amendment emphasizes the necessity for contractors to acknowledge receipt of this amendment to ensure their offers are considered, with detailed instructions provided for submission methods (via letter or electronic communication). The amendment reaffirms that all other terms and conditions of the original solicitation remain the same. This document is vital for contractors participating in the bidding process as it clarifies procedures and deadlines, ensuring compliance with federal regulations governing such projects.
    The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation for the Parker Dam Service Station Roof Rehabilitation project. It outlines the requirements for prospective contractors to submit sealed bids, stating that the work will be performed in accordance with federal regulations under Simplified Acquisition Procedures. The project falls under the North American Industry Classification System (NAICS) code of 238160 for Roofing Contractors, accommodating small businesses with a standard size limit of $19 million. Key details include a performance period where work is expected to start within a specified timeframe, the need for performance and payment bonds, and defined stipulations for offer submissions. The contract mandates that offers must be received by a specified date and recognizes that any bids providing less than 90 calendar days for government acceptance will be rejected. The period of performance for the project is projected from June 15, 2025, to August 1, 2025. This solicitation illustrates the government’s commitment to infrastructure maintenance and development while involving the private sector in fulfilling public works projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    DEVA 335272 Repair Flood Damaged Titus Canyon Road
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "DEVA 335272 Repair Flood Damaged Titus Canyon Road" project in Death Valley National Park. The primary objective is to repair approximately 14 miles of flood-damaged roadway and the Falls Canyon Trailhead parking area, restoring it to its pre-flood condition while implementing enhancements to prevent future flood damage. This project is crucial for maintaining access to remote areas and ensuring environmental protection, as it requires adherence to strict guidelines for wildlife and vegetation preservation. Proposals are due by January 28, 2026, at 11:00 AM MT, with a construction budget estimated between $5 million and $10 million. Interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further information.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Z--ROOF REPLACEMENT AT FORT MATANZAS NATIONAL MONUMENT
    Interior, Department Of The
    The Department of the Interior's National Park Service (NPS) is preparing to issue a Request for Proposals (RFP) for a Firm Fixed Price construction contract focused on roof replacement at the Visitor Center and Law Enforcement Buildings within Fort Matanzas National Monument, located in St. Augustine, Florida. The project requires comprehensive labor, materials, and supervision to complete the work in accordance with the forthcoming Statement of Work and Drawings. The estimated contract value ranges between $25,000 and $100,000, with a total small business set-aside under NAICS Code 238160, necessitating active registration in SAM.gov. Interested contractors should monitor SAM.gov for the solicitation release around January 5, 2026, and are encouraged to attend a scheduled site visit to fully understand the project requirements. Proposals must be submitted electronically, with the contract expected to be awarded in late March or early April 2026. For further inquiries, contact Yujeiry Eusebio at TonyEusebio@nps.gov or call 470-819-0959.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.