Daniel Boone National Forest (DBNF) Cumberland Ranger District – Fern Bluff Work Center Roof System Replacements
ID: 12443924Q0054Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)

Set Aside

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

    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.

    Files
    Title
    Posted
    The Experience and Past Performance Questionnaire is a structured document used for contractor evaluations in government contracting processes, particularly for Requests for Proposals (RFPs) and federal grants. It gathers essential information about contractors, including their business type, years of experience, and specific project completion details from the past three years. Contractors are required to list their current contractual commitments and report any history of incomplete work, along with the reasons for such occurrences. The questionnaire also seeks details on the organizational structure available for the project, including employee count and resources. Additionally, it assesses the experience of key personnel involved in the business, along with a certification of accuracy from the contractor. The main purpose of this document is to ensure that potential contractors possess the necessary qualifications and experience to effectively execute government contracts, aligning with regulatory standards and fostering accountability.
    The Fern Bluff Work Center Roof System Replacements project seeks contractor services for replacing roofs on four buildings in Moorehead, KY. The detailed schedule outlines specific items required for this project, including de-roofing, disposal, sheathing plywood, metal roof panels, and various accessories. The contract will be awarded to one contractor who submits pricing for all items, with a total project value anticipated to be under $100,000. Bidders must register on www.sam.gov, meet wage rate requirements detailed in the attached wage determination, and attend a pre-bid meeting for site-specific information. The contractor must commence work within 14 days of receiving the notice to proceed and complete all work by November 30, 2024. Compliance with insurance coverage requirements, including workers' compensation and general liability, is mandatory. The project emphasizes the use of biobased products as per USDA guidelines and includes provisions related to labor standards and equal employment opportunity. Quotes must be submitted by September 23, 2024, and will be evaluated based on experience and past performance, accounting for about half of the selection criteria. This initiative reflects the government’s commitment to maintaining and improving federal facilities through structured contractual agreements and adherence to regulations.
    The government document outlines a comprehensive Request for Proposals (RFP) aimed at securing funding for various projects across federal, state, and local levels. The primary focus is on enhancing infrastructure, with emphasis on improving service delivery, technical capabilities, and compliance with regulatory standards. Key ideas highlighted include the need for innovative solutions, collaborative partnerships, and transparent procurement processes. The document specifies the criteria for eligible proposals, prioritizing sustainability, community impact, and alignment with government goals. Supporting details emphasize the commitment to fiscal responsibility, the assessment of proposed budgets, and the importance of timely project completion. Overall, the purpose of the document is to guide entities in preparing their proposals for federal funding opportunities, ensuring they meet established guidelines while fostering beneficial community outcomes. The emphasis on measurable results and strategic planning illustrates the government's intention to maximize resource utilization and enhance public services through collaborative efforts.
    The document outlines specifications for a sustainable snap-together standing seam metal roof system intended for installation at the Cumberland Ranger District Office in Morehead, KY. Key requirements include a 24 gauge thickness and a 16-inch panel width, along with a specific color scheme that matches the existing office facade. Compliance with LEED sustainable design standards and various quality assurance criteria is emphasized. The document details submission requirements, including product data sheets, samples, and certifications to ensure adherence to American manufacturing standards, specifically the Buy American Act. Performance specifications mandate structural integrity to withstand weather-related stress, and environmentally friendly materials with a minimum 25% recycled content are required. Installation procedures, including inspection, preparation, and panel affixing methods, are thoroughly outlined to maintain weathertightness and structural soundness. Warranty provisions are specified to ensure product durability and performance over time. Overall, the specifications represent a comprehensive framework for procuring a high-quality, sustainable roofing solution under federal initiatives, emphasizing the need for certified installers and rigorous quality checks.
    The USDA is seeking a professional roofer for the replacement of shingled roof systems on four buildings at the Fern Bluff Work Center in Moorehead, KY. The project encompasses removing existing roofs, replacing damaged decking, installing synthetic underlayment, and completing the new metal roof systems while ensuring proper disposal of waste materials. Each building has specific dimensions: the Pole and Service Buildings are approximately 3640 SQFT, the Flammable Storage Building is about 890 SQFT, and the Chemical Storage Building measures around 503 SQFT. Contractors must follow technical and environmental regulations while maintaining a safe worksite. A pre-offer site visit is scheduled for September 13, 2024, and contractors are evaluated based on experience, past performance, and price, with a strong emphasis on relevant past contracts. The winning bid must demonstrate the best value to the government. Ultimately, this initiative reflects the USDA's commitment to maintaining and enhancing its facilities through efficient and compliant practices.
    The document pertains to government Request for Proposals (RFPs) and federal grant opportunities, focusing on compliance and procedural requirements for potential applicants. It outlines essential guidelines and criteria necessary for submitting bids, highlighting the emphasis on providing comprehensive and accurate information to ensure eligibility. The text discusses various components, including deadlines, required documentation, budget considerations, and evaluation metrics used by reviewing agencies. Critical to the process is the need for applicants to align their proposals with specified objectives, showcasing the anticipated impact and effectiveness of their projects. The document further details the application submission process, emphasizing transparency and integrity while highlighting potential pitfalls and common mistakes to avoid. This summary captures the essence of the guidelines aimed at helping potential bidders navigate the RFP process effectively while ensuring adherence to federal and state regulations. The focus on clarity, compliance, and strategic presentation underscores the importance of well-structured proposals in securing government contracts and funding.
    Similar Opportunities
    Janitorial Services – Redbird Ranger Station
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking bids for janitorial services at the Redbird Ranger Station located in Big Creek, Kentucky. The contract requires comprehensive cleaning services, including twice-weekly cleaning, monthly dusting, and semi-annual deep cleaning, all in compliance with OSHA and security standards. This procurement is set aside for small businesses under NAICS code 561720, with a base period of performance lasting 12 months and the potential for four additional option years and a six-month extension. Interested vendors should submit their quotes electronically, including pricing and past performance information, by contacting the primary point of contact, Robert Claybrook, at robert.claybrook@usda.gov or 606-598-2192. The anticipated contract will be a Firm-Fixed-Price agreement, and the evaluation will focus on relevant experience, past performance, and pricing.
    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.
    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.
    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.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    Bighorn National Forest- GAOA Roadside Tree Clearing/Grubbing
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting bids for the Bighorn National Forest's Roadside Tree Clearing and Grubbing project under Solicitation Number 1240LP26Q0005. This contract involves comprehensive services including tree removal, stump removal, material disposal, and temporary traffic control along 52.47 miles of designated forest service roads. The project is critical for maintaining forest health and ensuring public safety, with a total small business set-aside aimed at fostering participation from small business concerns. Interested contractors must submit their quotations by the specified deadline, with questions due by January 6, 2026, at 12:00 PM Mountain Time. For further inquiries, contact Curtis Landreth at curtis.r.landreth@usda.gov or call 308-251-6801.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    C1DA--596-26-2-5744-0001 - Replace & Repair Facade on Buildings
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineering firms to provide design services for the replacement and repair of building facades at the Lexington VA Healthcare System, Sousley Campus. The project involves extensive work, including repairing or replacing deteriorated brick, terra cotta, wood, and metal facades, as well as improving drainage systems and sealing masonry. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), has an estimated construction value between $5,000,000 and $10,000,000, with qualifications due by January 9, 2026, at 2:00 PM EST. Interested firms must submit their SF-330 packages electronically to Contracting Officer Matthew Whisman at matthew.whisman@va.gov, ensuring compliance with all submission guidelines and SBA verification requirements.