Bldg. 3 Roof Replacement, Stoneville, MS
ID: 1232SA25Q0101Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS AFM APDBELTSVILLE, MD, 20705, USA

NAICS

Roofing Contractors (238160)

PSC

REPAIR OR ALTERATION OF LABORATORIES AND CLINICS (Z2DB)

Set Aside

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

    The U.S. Department of Agriculture, Agricultural Research Service (ARS), is seeking qualified contractors for the roof replacement of Building 3 at the Jamie Whitten Delta States Research Center in Stoneville, Mississippi. The project entails the complete removal of the existing roof down to the concrete deck and the installation of a new 60 mil Duro-Last PVC roof, which must include a 20-year warranty. This procurement is significant as it reflects the government's commitment to maintaining its facilities in a sustainable manner while adhering to federal regulations, including compliance with the Davis-Bacon Act and safety standards. Interested small businesses must submit their quotes by 10:00 A.M. Eastern Time on June 16, 2025, and are encouraged to attend a site visit on June 9, 2025, with prior notification to the Contracting Officer, Osvaldo Rodriguez, at osvaldo.rodriguez@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has issued a Statement of Work for the replacement of the roof on Building 3 at the Jamie Whitten Delta States Research Center in Stoneville, MS. The project requires the contractor to provide all necessary materials, labor, and supervision to install a new 60 mil Duro-Last PVC roof, along with a 20-year warranty. Key project requirements include compliance with the Davis-Bacon Act regarding wage rates, obtaining performance bonds for projects over $35,000, and adherence to various safety and construction standards. The contractor must conduct a site visit prior to bidding to understand existing conditions, submit a quality control and accident prevention plan, and comply with all local, state, and federal regulations concerning hazardous waste. The project is scheduled for completion within 90 calendar days from the contract award. This document serves as a formal request for proposals (RFP) aimed at obtaining qualified contractors for the roofing project, reflecting the federal government's commitment to maintaining its facilities effectively and sustainably.
    The document outlines a federal Request for Proposal (RFP) concerning various government grants aimed at enhancing community services, infrastructure development, and local projects. It emphasizes the need for innovative solutions that address public health, environmental sustainability, and economic growth. The RFP seeks proposals that demonstrate a comprehensive understanding of local needs, aligning with federal and state objectives to improve overall quality of life. Key components include eligibility criteria for applicants, evaluation metrics focused on proposed outcomes, and requirements for community engagement in project planning. The urgency to foster collaboration between governmental agencies and local organizations is highlighted to ensure that the projects are tailored to meet specific needs while ensuring compliance with government regulations. Additionally, the document stipulates necessary reporting and accountability measures for grant funds, aiming for transparency and effective use of resources. Prioritizing community feedback and engagement in the planning and execution phases is essential to develop actionable and sustainable programs. This RFP exemplifies the government’s commitment to fostering partnerships that can lead to impactful community-driven initiatives.
    The U.S. Department of Agriculture's Agricultural Research Service (USDA-ARS) has issued a form (ARS-371) for contractors involved in construction projects. This form is critical for submitting a Construction Progress and Payment Schedule within 14 calendar days following the receipt of the Notice to Proceed. It must be completed regardless of whether partial payments are requested. Key sections include details on contract number, total amount, timelines for starting and completing each phase of the project, and the value breakdown of each work branch. Contractors must quantify work percentages and date estimations accurately. Upon completion, this form is signed by the contractor and submitted for approval from the contracting officer, who will return an approved copy for the contractor’s records. The document underlines transparency and accountability in managing federal funds for agricultural construction projects, ensuring work adheres to set timelines and budgets. Ultimately, it facilitates smooth financial transactions and progress tracking in public works.
    The document is a Contractor's Request for Payment Transmittal form used in federal government contracts. It outlines the procedure for contractors to request payment for work completed on a project. Key sections include contract information, financial calculations related to the payment request, and certification by the contractor’s authorized representative. The form includes entries for detailing the original contract amount, change orders, work completed, materials stored on-site, and the net amount due after accounting for previous payments. Signatures are required from the contractor and overseeing authorities to affirm the accuracy of the request and compliance with contractual obligations. The purpose of this transmittal form is to ensure structured payment requests align with the contractual specifications and legal requirements, promoting accountability in federal funding and project management. It facilitates clear communication and tracking of financial transactions between contractors and government entities.
    The USDA's ARS Facilities Design Standards manual establishes design policies and criteria for constructing ARS buildings and facilities. It outlines fundamental requirements across various aspects, such as safety, environmental considerations, and compliance with local and national codes. The manual emphasizes designing spaces that meet functionality and accessibility needs, ensuring safety from hazards, and integrating energy conservation strategies. Adherence to NEPA guidelines for environmental impact assessments is also mandated. Furthermore, projects must consider risk assessment for physical security, ensuring structures mitigate potential threats effectively. The manual details design standards in chapters covering site planning, architecture, and mechanical and electrical systems, ensuring consistency with established codes. It specifies requirements for materials selection, aiming for cost-effectiveness and sustainability. The importance of fostering competition in contractor bidding and maximizing resource efficiency is highlighted. The standards reflect a commitment to building safe, functional, and environmentally sustainable facilities that support ARS programs while adhering to government regulations and local context.
    The document outlines the conditions and obligations regarding a performance bond, which is essential in government contracting. The Principal must fulfill all terms of the contract and any modifications during its term, including paying taxes related to the construction contract. The performance bond establishes a financial guarantee to the U.S. Government, binding the Principal and Surety(ies) for the penal sum specified. Key points include the stipulation that the bond becomes void only if all contractual obligations are met, the requirement for corporate sureties to be listed as approved, and the need for signatures and seals from the Principal and Surety(ies). It includes instructions for completing the form, the necessity for affidavits from individual sureties if applicable, and details about liability limits under co-surety arrangements. The document also complies with the Paperwork Reduction Act, noting the OMB control number associated with the information collection process. Ultimately, this document is integral in ensuring proper financial backing and adherence to contractual responsibilities in government contracts.
    The document is a Standard Form 25A, which serves as a payment bond required for contracts involving labor and materials. It establishes an obligation from the Principal and Surety(ies) to be jointly and severally liable to the U.S. Government for a specified penal sum, ensuring payment to those who provide labor and materials in the completion of the contract. The bond is valid only if the Principal fulfills its payment obligations to all relevant parties. Key components include the legal information about the Principal and Sureties, their corporate seals, and signatures. The document outlines the proper procedures for executing the bond, including the requirement for corporate sureties to be on an approved list and the necessity of additional documentation for individual sureties. The form is intended for federal contracts under 40 USC Chapter 31, Subchapter III, Bonds, reflecting the government's commitment to ensuring payment compliance and protecting workers and suppliers in federal projects.
    The document outlines a solicitation for the construction project titled "Bldg. 3 Roof Replacement" at the USDA Agricultural Research Service facility in Stoneville, MS. This project is designated for 100% small business competition and has an estimated cost between $25,000 and $100,000. Contractors must begin work within ten calendar days of award and complete it within 90 days. It emphasizes the requirement for bidders to be registered with the System for Award Management (SAM) and mandates performance and payment bonds. Contractors are accountable for compliance with various federal regulations, safety standards, and the procurement of necessary permits. Post-award, a teleconference is scheduled to discuss project expectations. Additionally, workers must follow protocols for employee conduct and maintain workplace safety per OSHA standards. The solicitation includes numerous clauses related to contract execution, payment procedures, and priority for biobased products while ensuring environmental compliance. The contractor is also required to submit progress reports, maintain project records, and ensure the project's final acceptance includes all deliverables and certifications. This project represents the government's commitment to sustainable practices and adherence to regulatory standards, urging qualified small businesses to participate actively.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    089495-26-A-0018 Farmington, NM MPO Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the Farmington Main Post Office located at 2301 E. 20th Street, Farmington, NM. The project requires contractors to provide all necessary materials, labor, and services to remove the existing roof system, inspect for damage, and install a new fully-adhered 60-mil PVC roof system, along with necessary repairs and insulation, adhering to applicable codes and regulations. The estimated cost for this project ranges from $750,000 to $1,500,000, with a completion deadline of 180 calendar days after the Notice to Proceed. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by January 28, 2026, and are encouraged to attend a pre-proposal meeting on January 15, 2026. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    Roof and Gutter Replacement - Depoe Bay, OR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a roof and gutter replacement project at their station in Depoe Bay, Oregon. The project involves the complete replacement of the roof and installation of new gutters on a single-story, 1500 sq. ft. residential building, including the removal of existing shingles and skylights, replacement of damaged sheeting, and installation of new architectural asphalt shingles. This procurement is set aside for small businesses, with a firm-fixed-price purchase order anticipated, and all quotes are due by 3 PM PST on January 16, 2026. Interested contractors should RSVP for a site visit by January 5, 2026, and direct any inquiries to Ava Stow at ava.m.stow@uscg.mil, referencing solicitation RFQ number 70Z03326QSEAT0001.
    Replace Roofs FCI 1 & SPC- FCC Oakdale
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is seeking qualified contractors for a firm-fixed-price construction contract to replace roofs at the Federal Correctional Camp (FCC) Oakdale in Louisiana. The project involves replacing approximately 47,000 sq. ft. of ceiling, 115,000 sq. ft. of standing seam metal roofing, and other roofing systems, with a performance period of 721 calendar days from the notice to proceed. This opportunity is a total small business set-aside, with an estimated project value between $10 million and $25 million, and bids are due by January 20, 2026, at 11:00 am PST. Interested contractors must be registered in SAM.gov under NAICS code 238160 and should direct inquiries to Patrick Ford at pford@bop.gov.
    089495-26-A-0015 N. Charleston, SC Charleston P&DC Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the North Charleston Processing and Distribution Center (P&DC) in South Carolina. The project entails comprehensive roof work, including the removal of the existing roof system, inspection for damage, and installation of a new 80-mil PVC roof system, along with necessary repairs and lightning protection work. This opportunity is significant for roofing contractors, with an estimated project cost between $4 million and $5 million, and a completion timeline of 180 calendar days post-award. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by December 29, 2025, and are encouraged to attend a pre-proposal meeting on December 9, 2025. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the construction of a state-of-the-art laboratory building for the USDA-ARS National Soil Dynamics Research Unit, which will be relocated to the USDA's Research Park in Auburn, Alabama. This project involves not only the main laboratory building but also related utilities, pavements, and optional structures such as a lab annex, greenhouse, and other site features. The construction is critical for advancing agricultural research and enhancing the capabilities of the USDA-ARS in soil dynamics. Interested contractors can reach out to Jillian Saffle at jillian.e.saffle@usace.army.mil or Kenneth Harlan at kenneth.p.harlan@usace.army.mil for further details, as the project falls under NAICS code 236220 and is currently in the presolicitation phase.
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    Fort Leonard Wood Roofing IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    Repair MAF Roofs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the "Repair MAF Roofs" project at Malmstrom Air Force Base in Montana. This project involves the demolition of existing asphalt-shingle roof systems and the installation of new roofing on six Missile Alert Facilities, including the replacement of shingles, underlayment, ice and water shields, gutters, soffit, fascia, and the repair of dormer decking. This procurement is critical for maintaining the structural integrity and functionality of the facilities, ensuring they remain operational for defense purposes. A firm-fixed-price contract valued between $500,000 and $1,000,000 will be awarded, with proposals expected to be available by December 15, 2025, and closing around January 20, 2026. Interested contractors must be registered in SAM and can contact Branden Lawson at branden.lawson@us.af.mil or 406-731-4353 for further details.