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
  1. 1
    Posted Aug 28, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 28, 2024, 12:00 AM UTC
  3. 3
    Due Sep 23, 2024, 9:00 PM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
12441925Q0011 Pine Knot JCC
Buyer not available
The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for construction work at the Pine Knot Job Corps Center in Kentucky. The project involves the installation of electrical room lighting, replacement of electrical service panelboards, and attic draft stopping, requiring contractors to provide all necessary labor, equipment, materials, and incidentals for completion. This initiative is part of the government's efforts to enhance infrastructure at federal facilities while ensuring compliance with federal regulations and local standards. Interested bidders must submit their proposals by April 28, 2025, with an estimated project cost between $25,000 and $100,000, and are encouraged to contact Jordan Carlsen at jordan.carlsen@usda.gov for further inquiries.
Davidson River Campground Reconstruction
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the reconstruction of the Davidson River Campground located in Pisgah Forest, North Carolina. The project entails the demolition of existing bathhouses, construction of new facilities, and upgrades to water, sewer, and electrical services within the campground. This initiative is part of the federal government's commitment to infrastructure investment and is set aside for small businesses, with a contract value estimated between $5 million and $10 million. Interested contractors must submit their proposals by April 14, 2025, following a site visit on March 11, 2025, and a deadline for questions on March 20, 2025. For further inquiries, contact Penny Zortman at penny.zortman@usda.gov.
Greenhouses Repairs - Norman A. Berg Plant Materials Center Beltsville, Prince Georges County, Maryland.
Buyer not available
The United States Department of Agriculture (USDA) is seeking qualified contractors to perform repairs at the Norman A. Berg Plant Materials Center located in Beltsville, Maryland. The project involves replacing six existing doors, including frames and hardware, and repairing approximately 350 feet of exterior concrete knee walls around two greenhouses, with an estimated project cost between $25,000 and $100,000. This procurement is a total small business set-aside, emphasizing the importance of enhancing agricultural facilities while ensuring compliance with safety and environmental standards. Interested contractors must submit their proposals within 12 calendar days and are encouraged to contact Bobby Copenny at Bobby.Copenny@usda.gov or 817-509-3503 for further details.
Y--03 - CON - Disaster, Grizzly Flats Guard Station R
Buyer not available
The Department of Agriculture, specifically the U.S. Forest Service, is soliciting proposals for the design and construction of the Grizzly Flats Guard Station Rebuild project, aimed at enhancing firefighting capabilities within the Eldorado National Forest. This initiative involves constructing essential facilities, including an engine garage and four barracks, while adhering to sustainable building practices and ensuring backup power capabilities through solar energy and generators. The project is critical for restoring operational capacity to support firefighting efforts across approximately 50,000 acres of forest and surrounding communities, with an estimated construction cost exceeding $10 million. Interested certified small businesses must submit their proposals by October 30, 2024, and direct inquiries to Christopher Keck at christopher.keck@usda.gov or by phone at 402-657-3092.
Z--REPLACE SHINGLES ON 2 HISTORIC HOUSES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking proposals for the replacement of wood shingles on two historic buildings located at the Herbert Hoover National Historic Site in West Branch, Iowa. The project requires contractors to provide all necessary labor, materials, tools, and equipment to complete the roofing work, with a contract value estimated between $100,000 and $250,000. This opportunity is significant as it involves the preservation of historic structures, and the contract is set aside 100% for Total Small Businesses, with evaluations based on technical merit, past performance, and price. Interested contractors should note that the solicitation will be publicly available in late April 2025, and they must be registered in the System for Award Management (SAM) to be eligible for award; for further inquiries, contact Joseph Bac at josephbac@nps.gov or 402-800-8733.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This initiative aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The project encompasses site preparation, slope repair, paving of camper pads and driveways, and includes optional tasks for additional asphalt milling and repairs, all while ensuring compliance with environmental protections and safety standards. Interested small businesses must submit their bids by May 8, 2025, at 10:00 AM ET, and can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or 502-315-6545 for further information. The estimated construction value ranges between $500,000 and $1,000,000, with the contract awarded based on the lowest bid received.
Little Rough Run and Cold Run Culvert Replacement
Buyer not available
The Department of Agriculture, specifically the Forest Service, is seeking proposals for the replacement of the Little Rough Run and Cold Run culverts within the Monongahela National Forest in West Virginia. This procurement involves a Firm Fixed Price contract that requires the contractor to provide all necessary labor, equipment, and materials to complete the culvert replacement work, including tasks such as installation of cofferdams, dewatering, excavation, and the removal of existing structures. The project is significant for maintaining infrastructure and ensuring compliance with local, federal, and state regulations. Interested small business vendors must register in the System for Award Management (SAM) and submit proposals by the anticipated solicitation release date of April 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Paul Boucher at paul.boucher@usda.gov.
Gila National Forest, Reserve District, Septic Replacement
Buyer not available
The U.S. Department of Agriculture's Forest Service is seeking proposals for the replacement of two septic systems at residential facilities within the Gila National Forest, Reserve Ranger District, in New Mexico. The project requires contractors to provide all necessary labor, materials, and permits to decommission existing systems and install new septic tanks and leach fields in compliance with state regulations. This initiative is crucial for maintaining safe and compliant housing facilities in the area, with a contract value anticipated between $25,000 and $100,000. Interested contractors must submit their proposals by April 15, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Troy McCullough at troy.mccullough@usda.gov or Michelle Bahr at michelle.l.bahr@usda.gov.
Lagoon Aeration
Buyer not available
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.
FR 2159 Road Improvement Project Mark Twain National Forest
Buyer not available
The Department of Agriculture, specifically the Forest Service, is soliciting proposals for the FR 2159 Road Improvement Project at Mark Twain National Forest in Missouri. This project involves road improvements including mobilization, roadside mowing, road reconditioning, and aggregate grading, with an estimated budget ranging from $25,000 to $100,000. The work is crucial for enhancing road safety and water drainage efficacy, ensuring proper maintenance of existing infrastructure within the national forest. Interested contractors must submit their bids electronically or in sealed envelopes by the specified deadline, and are required to register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact John Swizdor at john.swizdor@usda.gov or Dana Sturgeon at dana.sturgeon@usda.gov.